|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 23,1995 PSA#1309U. S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place,
Room 821, Louisville, Kentucky 40202-2230 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF UTILITY UPGRADES WITHIN
THE LOUISVILLE DISTRICT BOUNDARIES OF KY, IL, IN, TN, OH, AND MI POC
Contact Mrs. Robin Woodruff, (502) 582-5598 1. CONTRACT INFORMATION: a.
Nature of Work: A- E services are expected to be required for the
design of utility upgrade projects within the boundaries of the
Louisville District. A-E services may include site investigation,
planning, engineering studies, concept design and final design. The A-E
contracts will be awarded between June 1995 and May 1996. It is our
intent to enter into a Partnering Agreement on all projects. This could
require the selected A/E to attend an approximate one-day partnering
meeting prior to negotiation to define the District's expectations of
the A/E, create a positive working atmosphere, encourage open
communication, and identify common goals. Greater emphasis will also be
placed on the A/E's quality control procedures as the District will not
review quality into the project. The A/E selected for a project under
this solicitation will be required to submit a project-specific design
quality control plan for approval as a condition of contract award.
This plan is not required with this initial submittal. Metric design,
in whole or in part, could be required for the authorized projects.
Construction cost estimating must be accomplished using the Micro-
Computer Aided Cost Estimating System (M-CACES) software (software and
database will be furnished). Specifications must be electronically
developed using Corps of Engineers Guide Specifications (CEGS). Drawing
development may be by any CADD system but submittals must be in
accurately-translated Intergraph Microstation format unless otherwise
specified. b. Contract Award Procedure: This will be the only
announcement for the design of Utility Upgrades within the Louisville
District during the next 12 months. A separate firm-fixed price
contract will be negotiated and awarded for each project or combination
of projects. 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 selected for negotiation using the
secondary criteria listed below. A firm receiving a contract in this
manner will not be given consideration again within this time frame
until all firms on the most highly qualified list have been offered
contracts. None of the projects have been authorized for design and
funds are not presently available for this procurement. The
Government's obligation hereunder is contingent upon the availability
of appropriated funds from which payment for the contract purposes can
be made. No legal liability on the part of the Government for payment
of any money shall arise unless and until funds are made available to
the contracting officer for this procurement and notice of such
availability to be confirmed in writing by the contracting officer is
given to the contractor. 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, the firm shall be required to
present an acceptable Small Business and Small Disadvantaged Business
Subcontracting Plan in accordance with Public Law 95-507, prior to
award of the contracts. The current subcontracting goals are 69% to
Small Business, 6.3% to Small Disadvantaged Business and 2.9% to Women-
owned Business. These percentages are applied to the total amount of
subcontracted dollars. The proposed services will be obtained by a
negotiated Firm Fixed Price Contract. 2. PROJECT INFORMATION:
Activities such as preparation of plans, specifications, construction
cost estimates, technical studies, hazardous material surveys and
analysis and abatement methodology in the support of design studies of
utility upgrades at various military installations will be required.
Expected projects would involve sanitary and storm sewers; water,
communication, electric, and mechanical systems; pavement repair;
general site grading; and corrosion control. Asbestos, lead paint,
radon, and PCB investigations and abatement design may also be
required. 3. SELECTION CRITERIA: See Note 24 for general selection
process. The selection criteria in descending order of importance are
listed below. Criteria a-d are primary and e-f are secondary: a.
Specialized experience and technical competence in design of utility
upgrade projects as evidenced by the personnel assigned to this project
is required. A brief Design Management Plan including an explanation of
the firm's management approach, management of subcontractors (if
applicable), specific quality control procedures used and an
organizational chart showing the interrelationship of management and
various team components (including subcontractors) must be included in
paragraph 10 of the SF 255. b. Design and/or review of design by
qualified registered professional personnel in the following
disciplines with experience pertinent to that required for this
project: civil, sanitary, hydraulic, geotech, structural (independent
of Civil), mechanical, and electrical engineering; industrial hygiene;
hazardous material inspection and abatement methods; surveying; and
corrosion control is required and must be indicated by resumes in the
SF 255. A designer and checker in architecture and each specified field
of engineering are necessary with at least one in each field
professionally registered. The hygienist must be a Certified Industrial
Hygienist (CIH) as certified by the American Board of Industrial
Hygienist (ABIH). The field inspector must have successfully completed
an EPA approved course for building inspectors and asbestos management
planners. In addition, a laboratory accredited in Bulk Asbestos Fiber
Analysis given by the National Institute of Standards and Technology
(NIST) under the National Voluntary Laboratory Accreditation Program
(NVLAP) must be identified. Only resumes identifying the
professionalism and specialized experience of the design group are
necessary. Other available personnel may be specified in paragraph 10
of the SF 255. c. Capacity to perform the work in the required time. d.
Past performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules. e.
Geographic proximity to the Louisville District. f. 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. g. Volume of DOD contract awards
in the 12 months as described in Note 24. 4. SUBMITTAL REQUIREMENTS: a.
See Note 24 for general submission requirements. Firms which are
interested and meet the requirements described in this announcement are
invited to submit one completed SF 255 (Revision 11-92), U.S.
Government A/E and Related Services for Specific Projects to the office
shown above. SF 255 (Revision 10-83) is obsolete and only the 11-92
edition of SF 255 will be accepted. All responses on SF 255 to this
announcement must be received no later than 4:30 pm Local Time on the
30th calendar day after the date of this publication to be considered
for selection. The day following this CBD announcement counts as day
number 1. If the 30th day falls on Saturday, Sunday or a U. S. Gov't.
holiday, the deadline is the close of business on the next Gov't.
business day. b. It is requested that interested firms list the fee
amount and date of all DOD contracts awarded during the last 12 months
to the firm and all subsidiaries in Block 9 of the SF 255. c.
Responding firms must submit a current and accurate SF 254 for each
proposed consultant. Additionally, all responding firms which do not
have a current (within the past 12 months) SF 254 on file with the
North Pacific Division, Corps of Engineers, must also furnish a
completed SF 254. If a SF 254 is included, only the 11-92 edition of
the form will be accepted. The business size status (large, small
and/or minority) should be indicated in Block 3 of the SF 255.
Definition: A concern is small if the annual receipts averaged over the
past 3 fiscal years do not exceed $2.5 million. d. No other information
including pamphlets or booklets is requested or required. e. No other
general notification to firms under consideration for this project will
be made and no further action is required. Solicitation packages are
not provided for A/E contracts. This is not a request for proposals.
(0080) Loren Data Corp. http://www.ld.com (SYN# 0024 19950322\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|