|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1995 PSA#1296U. S. Army Corps of Engineers, Philadelphia, Wanamaker Building, 100
Penn Square East, Philadelphia, Pennsylvania 19107-3390 C -- FIXED-PRICE CONTRACT FOR DESIGN OF ADMINISTRATION FACILITIES
Contact, Robert M. Bencal, 215-656-6606. 1. CONTRACT INFORMATION: a.
Nature of Work: A/E services are expected to be required for the design
of approximately six (6) military administration facilities. Contracts
will be assigned by the North Atlantic Division of the Corps of
Engineers. This will include but not be limited to the states of ME,
VT, NH, MA, CT, RI, NY, PA, NJ, MD, WV, DE AND VA. Basic A/E services
may include site investigations, planning, engineering studies, concept
design, with options for final design and options for construction
phase engineering support. Administration buildings will be up to
approximately 20,000 square meters. The A/E contracts will be awarded
between May 95 and Sep 95. Concept designs will be completed within 3-6
months of contract award and final design completed within 6-9 months
of concept design approval. b. Contract Award Procedures: This may be
the only announcement for the design of new administration buildings
assigned to the North Atlantic Division during the next 12 months. A
separate firm-fixed architect/engineer contract will be awarded for
each project. A list of at least three most highly qualified and
technically equal firms will be selected using the primary criteria
listed below. The firms will be ranked for order of negotation using
the secondary criteria listed below. When a directive for the first
project of this type is received, negotiations shall begin with the top
ranked firm. When a directive is received for a subsequent project, or
if negotiations with a firm for a project are unsuccessful,
negotiations shall begin with the next ranked firm that has not been
offered a contract for negotiation. If the list of ranked firms is
exhausted, the negotiation cycle whsll begin again with the top ranked
firm. None of the projects have been authorizied for design and funds
are not presently available for any contracts (see FAR 52.232-18).
This announcement is open to all businesses regardless of size. If a
large business is selected to negotiate a contract estimated to exceed
$500,000 it must comply with FAR 52.219-9 regarding the requirement
for a small business (SB) and small disadvantage business (SDB)
subcontracting plan on that portion of the work it intends to
subcontract. If a subcontracting plan is required, the goals are that
a minimum of 40% of the contractor's intended subcontract amount be
placed with SB, including SDB, and 8% be placed with SDB. The plan is
not required with this submittal. In addition, the total amount of
Federal Information Processing (FIP) work allowed under each contract
including both the base and options is $300,000. 2. PROJECT
INFORMATION: Administration facilities will include buildings up to
20,000 square meters. Estimated construction cost is $1,000,000 to
$20,000,000. Primary services may include architectural, civil,
structural, mechanical, electrical, fire protection, interior design
and landscape. Other related services include: geotechnical, economic,
life cycle analysis, permits, site invetigations, planning, studies,
reports and asbestos/toxic materials sampling, testing and abatement
when required for design of administration facilities. The planning
work may include preparation of DD1391's, and Project Definition
packages. These contracts will require use of Automated Review
Management System (ARMS), Computer aided drafting design (CADD
capability), Federal Information Processing (FIP), Micro-compuer-aided
Cost Estimating System (MCACES) and SPECSINTACT by the selected A/E.
Design will be in metric (SI) units. 3. SELECTION CRITERIA: Significant
selection evaluation criteria in relative descending order of
importance will include: (1) Specialized experience of the firm in the
primary areas and other experience in related areas of work; (2)
Professional experience of the proposed staff; (3) Capacity of the firm
to accomplish the work within required time and within construction
cost limitations; (4) Past performance, if any, with respect to the
firm's performance on Department of Defense contracts; (5) Extent of
participation of SB, SDB, histroically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the estimated effort; (6) Geographic proximity to the
North Atlantic Division; (7) Volume of DoD contract awards in the last
12 months as described in Note 24. As a part of this submittal, it is
required that all responding firms clearly present billing amounts for
all Corps of Engineers work as well as all other Department of Defense
work for the 12 months preceding this announcement. As a requirement
for negotiations, the selected contrqctor will submit for government
approval a quality control plan which will be enforced through the life
of the contract. 4. SUBMISSION REQUIREMENTS: Interested firms having
the capabilities to perform the work must submit one copy of the SF 254
and SF 255 revised 11/92 for the prime firms and SF 254 for each
consultant, to the above address not later than the close of business
on the 30th day after the date of this announcement. If the 30th day is
a Saturday, Sunday or Federal holiday, the deadline is the close of
business of the next business day. Include ACASS number in Block 3b. of
the SF 255. Call the ACASS Center at 503-326-3459 for information on
obtaining an ACASS number. All responders are advised that this
requirement may be cancelled or revised at any time during the
solicitation, selectin, negotiation and/or final award process.
Solicitation packages are not provided. This is not a request for
proposals. No other notification to firms for this project will be
made. (061) Loren Data Corp. http://www.ld.com (SYN# 0032 19950303\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|