Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1995 PSA#1301

US Army Corps of Engineers, Ft. Worth District, P.O. Box 17300 ATTN: CESWF-ED-MS, Room 6A18, 819 Taylor Street, Fort Worth, TX 76102-0300

C -- IDC CONTRACT FOR MULTIDISCIPLINE DESIGN SERVICES FOR (PRIMARILY ARCHITECTURAL) PROJECTS ASSIGNED TO THE FORT WORTH DISTRICT (PRIMARILY FORT POLK, LA) SOL DACA63-95-R-0029 POC Sharon McLellan (817/334-3939). 1. CONTRACT INFORMATION: The work may involve Design, Drafting, Planning, Studies and Site Investigation associated with this type of project. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. The work under this contract is anticipated to begin in September 1995 and run for twelve months with a 12 month option. Estimated A-E Fee Including Option: $1,500,000.00 maximum ($750,000.00 basic, $750,000.00 option), with a maximum Delivery Order amount of $150,000.00. The minimum amount to be paid under this contract is $15,000.00. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Fort Worth district's goal on work to be subcontracted is that a minimum of 60.3% of the Contractor's total intended subcontract amount be placed as follows: 9.8% be placed with Small Disadvantaged Businesses (SDB), 2.9% with Women Owned Small Business (WOB) and the remaining 47.6% be placed with Small Businesses (SB) for a total of 60.3%. The plan is not required as part of this submittal. The proposed services will be obtained by Negotiated Fixed Price Contract. Projects outside the primary area of responsibility may be added at the Governments discretion upon agreement of the selected firm. 2. PROJECT INFORMATION: The work may involve Design, Drafting, Planning, Studies and Site Investigations associated with an Indefinite Delivery Contract for projects which are primarily of an Architectural nature. Projects are expected to be for maintenance, repair or alterations to existing facilities and/or small new construction. Work may also include designs/studies for environmental or EPA considerations. Services during a project's construction phase may also be required. 3. SELECTION CRITERIA: See CBD Note 24 (Monday issue) for general description of selection process. Selection criteria in descending order of importance are as follows: (a) Professional Capabilities: This type of Indefinite Delivery Contract will require, at a minimum, the following: 3 Architects, 2 Electrical, 2 Mechanical, 2 Civil and 2 Structural Engineers, Cost Estimating, 1 Landscape Architect, Surveyors, Environmental Design/Remediation Expertise, lab testing, and design to Fire Protection/Life Safety codes. Required disciplines may be either inhouse or through consultant. (b) Specific Experience and Technical Competence: The selected team must demonstrate experience in the design of repair, renovation or alteration of existing facilities and infrastructures, utilities, HVAC systems, and small new construction. Firms must show experience in evaluating contractor's submittals and construction surveillance. Firms must have at least two year's experience in Fire Protection/Life Safety Design and be familiar with the use and application of NFPA codes 80 and 101 and MIL-HDBK-1008A. Demonstrate experience in working with a testing laboratory to design for water quality, removal of friable asbestos and remediation of lead-based paint hazards and underground toxic substances. (c) Firms must show adequate team capacity to design three Delivery Orders concurrently meeting all schedules. (d) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. (e) Geographical Location: Firms must show familiarity with Fort Polk, LA and the surrounding area. (f) Specifications and construction cost estimates prepared on IBM compatible equipment. Construction cost estimates prepared using our PC based computer Aided Cost Estimating System (M-CACES) (Software will be provided). Computer Media for a Computer Aided Design and Drafting (CADD) system (Auto CADD or Intergraph compatible). (g) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (h) In Block 10 of the SF 255, show last 12 month's DOD awards. 4. SUBMITTAL REQUIREMENT: (a) See Note No. 24 for general submission requirements. Interested firms must provide one submittal package including an original SF 254 and SF 255 no later than 4:30 p.m. on the 30th day after the date of this announcement to be considered. The 11/92 version of the forms must be used. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next business day. (b) Responding firms must submit a current and accurate SF 254 for themselves and each proposed consultant. It must be provided for the specific office proposed to do the work. Indicate in Block No. 4 of SF 254 if your firm is a Large, Small, Small and Disadvantaged or Woman-Owned Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $2.5 million. (c) Submit only one SF 255, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. (d) Include CBD announcement number in Block NO. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert only the number of consultant personnel by discipline proposed for potential project as (A). Insert only the number of in-housed personnel by discipline proposed for potential project as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant, including the number of individuals employed by each. (g) Provide brief resumes of the on-staff or consultant employees you intend to use to perform the work in the anticipated design time and the project assignment they will perform in Block No. 7 of your SF 255. Block No. 7 should be repeated, as needed, to identify all the major disciplines and team members. Selection will be based on the total team members presented in your SF 255, primarily block No. 7. (h) Solicitation packages are not provided for A-E contracts. This is not a request for proposal (see Note No. 24). (0068)

Loren Data Corp. http://www.ld.com (SYN# 0031 19950310\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page