COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8, 2001 PSA #2784
SOLICITATIONS
C -- ARCHITECT AND ENGINEERING SERVICES FOR DEPARTMENT OF DEFENSE
- Notice Date
- February 6, 2001
- Contracting Office
- DOD/WHS/RE&F Contracting Office, Bulter Building, 3rd Floor, Washington Headquarters Services, Washington, DC 20301-1155
- ZIP Code
- 20301-1155
- Solicitation Number
- N/A
- Response Due
- March 5, 2001
- Point of Contact
- Denise Adderley, Contract Specialist, or Linda Luczak, Contracting Officer, 703-697-0990
- E-Mail Address
- Click here to contact the Contracting Officer via (lluczak@osd.pentagon.mil)
- Description
- Architectural and Engineering Services for space planning, programming, design, design-intent-drawings(DIDs), design studies, analysis, construction administration, and other related architectural and engineering support servcies in Federally owned and leased buildings, including the Pentagon and other surrounding buildings in the Metropolitan Area. The contract shall provide for one year term and four consecutive option periods, with the same terms and conditions. The contract's total dollar amount shall not exceed $250,000 per year, and the minimum dollar amount for any delivery order shall be less than $500.00. The design studies and analyses may be negotiated based on an hourly fixed rate for the associated discipline or disciplines, a specified timeframe and specific tasks. Multiple awards may be issued as a result of this announcement. A minimum of one (1) indefinite delivery/indefinite quantity (IDIQ)contract will be awarded. This determination will be based on the contractor's: (1) specific and unique abilities based on the program and/or scope requirements, (2) past performance (3) ability to respond to delivery orders in a timely manner (4) demonstrated performance on similar work or types of work, and (5) other factors as the Contracting Officer deems relevant to the award of each new delivery order. Projects and delivery orders assigned under this contract shall be primarily Architectural in nature to include support from Civil (including landscaping architecture), Structural, Mechanical (including Fire Protection and Plumbing), and Electrical (including communications, security and telephone) Engineering. Interior design support services may also be sought. At the option of the Government, all or some of the following tasks may be requested: space planning, programming, design-intent-drawings (DIDs), concept design, building survey, existing facility analysis, construction document development (to include plans and specifications), research and analysis in specialized technical studies, preliminary development studies, site survey, cost estimate, construction administration and inspection (Title II services), submittal review, permit acquisition, production of record or "as-built" drawings and other related services. Design-build services may also be requested. It should be noted that unless a delivery order specifically requests design-build services, the contractor shall not be permitted to bid on construction projects designed by them. All final drawings, specifications, and reports will be required to be submitted on CD-ROM in addition to hard copy versions. Prospective projects may be in any of the Washington Headquarters Services (WHS) controlled buildings in the Washington, DC metropolitan area. Many projects involve square footages of approximately 1200 square feet to 27,000 square feet. Selections shall be based on the following criteria categories listed in relative descending order of importance: 1. Experience: (a) Experience in programming, space planning, design, interior design, and construction and/or contract documents for office spaces, SCIF's, computer server rooms, food service facilities, conferencing centers, and other Government facilities; (b) Experience with Government agencies and Government Contracting; and (c) Experience in computer aided design (CAD). All deliverables shall be provided on IBM compatible compact disks (CDs) and interface directly or indirectly with Intergraph or AutoCAD. It should be noted that this statement is not intended to exclude the contractor's use of other CAD programs. 2. Performance: (a) Ability to provide professional Architectural/Engineering Services whether contract documents, reports or construction administration, in accordance with a performance schedule and in a timely manner; (b) Ability to design with budget constraints. 3. Organization: (a) Size and structure of contractor's firm with respect to managing multiple projects concurrently; (b)Longevity of the firm, its personnel, and professional consultants, engineers and subcontractors on-site problems and knowledge of local regulatory requirements. To assist the selection committee to efficiently review all applications, a summary of experience, proposed team staffing and depth of additional staff support is requested as part fo the SF 255, Section 10, as follows: 1. Summarize in descending order of importance, not more than three (3) relevant projects for each project type listed under the experience criteria (i.e. offices, SCIFs, computer server rooms, food service facilities, conferencing centers, and other Government facilities). For each of the projects listed, give the following information where applicable: (a) your final design estimate and construction cost; (b) a point of contact or client reference with current address and telephone number; and (d) the duration time of the project from start of design to construction contract completion (substantial completion). 2. Summarize quality control/quality assurance practices. Firms desiring consideration must submit a SF 255 and SF 254s. Each SF 255 submitted shall include information on any computer design capabilities in block 10. SF 254s must be furnished for prime, joint-venture(s) and/or consultants. A SF 254 is considered current if it is not more than one year old from the date of the corresponding CBD synopsis. Only responses to the announcement received by the closing date/time will be considered for selection. Responses must be received by the Real Estate and Facilities Contracting Office, 1155 Defense Pentagon, Butler Bldg, 3rd Floor, Washington, DC 20301-1155, no later than 2:00 PM on March 05, 2001. This is not a Request for Proposal (RFP).*****
- Record
- Loren Data Corp. 20010208/CSOL011.HTM (W-037 SN50C8R1)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 6, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|