|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1995 PSA#1315US Army, Sacramento District, Corps of Engineers, 1325 J Street,
Sacramento, California 95814-2922 C -- INDEFINITE DELIVERY (OPEN-END) CIVIL/STRUCTURAL ENGINEERING
SERVICES CONTRACT FOR THE SACRAMENTO DISTRICT SOL DACW05-95-R-0035 DUE
050495 POC Contact: Mr. Richard Dabrowiak, Chief, A-E
Negotiation/Support Section (916) 557-7470/Contracting Officer: Judith
E. Grant 1. CONTRACT INFORMATION: Work and services will consist
primarily of civil/structural engineering design within the Sacramento
District (CA, NV, AZ, UT). Work and services may include design of new
projects and may also include design for renovation projects. These
services will supplement our in-house military design team which
consists of traditional design disciplines. Additional contracts may be
awarded to provide civil/structural engineering services for the
Sacramento District Military Program and Support for Others Program.
For the additional contracts, the firms may be required to perform
studies as well as designs and may also require architectural and
electrical engineering capabilities. Responding firms will
automatically be considered for all contracts unless the firm
specifically requests otherwise. A specific scope for work and services
required will be issued with each delivery order. More than one firm
may be selected for these services. At least one indefinite delivery
type (IDT) contract will be negotiated for these services. The contract
limit is $750,000 and individual will be for a one year period
beginning approximately June 1995, with an option to renew for one
additional year. This announcement is open to all businesses regardless
of size. All interested Architect-Engineers are reminded that in
accordance with the provisions of PL 95-507, they will be expected to
place subcontracts to the maximum practicable extent consistent with
the efficient performance of the contract with small and small
disadvantaged firms. Consistent with the Department of Defense policy
of effecting an equitable distribution of contracts among qualified
Architect-Engineer firms including small and small disadvantaged
business firms and firms that have not had prior DoD contracts,
equitable distribution shall become the determining factor for
selection, all other factors being equal. If a large business is
selected for this project, it must comply with the FAR 52.219-9 clause
regarding the requirement for a subcontracting plan on that part of
the work it intends to subcontract. The recommended goals for
subcontracting are 60.3% for small business. It further states that out
of that 60.3%, 9.8% is for small disadvantaged business and 2.9% is for
small business/woman owned. A firm that submits a plan with lesser
goals must submit written rationale to support goals submitted. The
detailed plan is not required to be submitted with the SF 255; however,
the intended subcontract amount should be specified within the
appropriate portion of the SF 255 submittal. This work will include all
architectural-engineering (A-E) and related services necessary to
complete the design, and may also include A-E services during the
construction phase for these projects. 2. PROJECT INFORMATION: Work
includes individual delivery orders which may range in scope from a
study to the design of new facilities or to the design of renovation
projects. The services required for civil engineering design may
include a variety of military installation facilities such as
administrative, educational, medical, vehicle maintenance, aircraft
hangers and family housing facilities. Civil work may consist of
grading, drainage, sewer and water lines, sewage lift stations, utility
connections for buildings, demolition surveys, parking areas, roads,
railroads and airfield paving. Structural work will consist of the
design of conventional structures. Design may be of wood, structural
steel, reinforced concrete, reinforced concrete masonry units,
pre-engineered or other structural systems. Building design will
consist of the typical building components (roofs, walls, frames,
foundations and lateral forces supporting systems) and may also include
retaining walls and above and below ground containers (tanks, vaults).
Services required within the additional contracts may also include
feasibility studies, preparation of programming documents, and other
associated architectural, civil, structural and electrical engineering
services. Included in this work is the design analysis, calculations,
quantity takeoffs and preparation of construction contract drawings
and specifications. If demolition of existing facilities is required,
the design effort with documents developed for asbestos and/or lead
paint removal may be required. These projects may be designed using the
metric system of measurement. Firms shall indicate relevant metric
design experience in Block 8. 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-g are
secondary.: a. Specialized experience and technical competence in (1)
The design of a variety of civil/ structural new, alteration and repair
type projects as described above. (2) Computer capability for CADD
services and for accessing an electronic bulletin board and Sacramento
District's Automated Review Management System (ARMS). The end result
of this design shall be drawings, and in addition, the contractor shall
provide electronic data in and/or compatible with vectorized Autocad
format (latest version). (3) The Corps of Engineers Computer Aided Cost
Estimating System (M-CACES) may be used to develop design cost
estimates. b. Qualified registered professional personnel, firm's staff
and consultants, in the following disciplines with experience pertinent
to that required for these projects: project management, architecture,
civil, structural, electrical engineering, asbestos/hazardous waste
removal and estimating. c. Past performance on DoD and other contracts
with respect to cost control, quality of work, and compliance with
performance schedules. d. Capacity of firm to accomplish work in the
required time frame. The breadth and size of a firm will be considered
to match the complexity/simplicity of the expected projects. e.
Geographic proximity to the Sacramento District Office. f. Volume of
DoD contract awards in the last 12 months as described below, equitable
distribution of work. g. Extent to which potential contractors identify
and commit to small business; small, disadvantaged businesses;
Historically Black Colleges and Universities (HBCU); and Minority
Institutions (MI) in the performance of the contract whether as a Joint
Venture, teaming arrangement or subcontractors. 4. SUBMITTAL
REQUIREMENTS: Architect-Engineer firms having capabilities for this
work are invited to submit to the office listed above, one completed
Standard Form 255, US Government Architect-Engineer and Related
Services Questionnaire for Specific Project and one completed SF 254
for themselves and one for each of their subcontractors. In Block 7 of
the SF 255, provide resumes for all key team members, whether with the
prime firm or subcontractor. In Block 9 of the SF 255, responding firms
must indicate the number and amount of DoD (Army, Navy, Air Force)
contracts awarded in the 12 months prior to this notice, including
change orders and supplemental agreements. In Block 10 of the SF 255,
describe the firm's design quality control plan including coordination
of subcontractors. Responses received by the close of business on the
closing date will be considered for selection. If the closing date is
a Saturday, Sunday or Federal holiday, the deadline is the close of
next business day. No other notification to firms under consideration
for this project will be made and no further action is required. All
responsible sources may submit the required SF 254 and 255 which shall
be considered by the agency. Solicitation packages are not provided
for A-E contracts. This is not a request for proposal. Numbered Note
24. (0088) Loren Data Corp. http://www.ld.com (SYN# 0025 19950330\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|