|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,1995 PSA#1338U.S. Army Engineer District, Norfolk, ATTN: CENAO-EN, 803 Front Street,
Norfolk, VA 23510-1096 C -- 95-011) ARCHITECT-ENGINEER SERVICES FOR DESIGN AND PREPARATION OF
COST ESTIMATES FOR PROJECTS UNDER THE JURISDICTION OF NORFOLK DISTRICT
POC Mark Gill, (804)441-7593 1. CONTRACT INFORMATION: Preparation of
plans, specifications, contract documents, cost estimates, take-offs,
and and analyses for Military and Civil Works projects for minor
construction, maintenance, and repair projects under the jurisdictions
of Norfolk District, procured in accordance with PL 92-582 (Brooks A-E
Act) and FAR Part 36. A maximum of two (2) indefinite delivery
contracts will be negotiated and awarded, each with a base period of
one year and an option period of one year. Individual, fixed-price,
lump sum orders will not exceed $50,000 and the annual ceiling for the
base year and the option year of each contract is $249,000. The
contracts are anticipated to be awarded in Aug 95. The method used to
allocate delivery orders between contracts will primarily be divided by
military and civil works projects, with secondary considerations for
A-E workload, performance, and quality. The Contracting Officer, or
appropriate representative, shall have the final approval on said
allocations. This announcement is open to all businesses, regardless of
size. 2. PROJECT INFORMATION: Services required include both Design
Services and Construction Support Services. Design Services: Field
investigations, concept and final design, including preparation of cost
estimates and analyses. Construction Support Services: Preparation of
cost estimates for construction contract modifications and assistance
in the negotiation of said modifications. 3. SELECTION CRITERIA: See
Note 24 for general A-E selection process. The selection criteria are
listed below in descending order of importance, (first by major
criterion and then by each sub-criterion). Criteria a-e are primary.
Criteria f is secondary and will only be used as a ''tie-breaker''
among technically equal firms. a. Specialized experience and technical
competence: (1) Demonstrated experience by the prime firm in
construction cost estimating using MCACES Gold. (2) Computer resources;
firms must indicate in BLock 10 of the SF 255 the following items: (a)
accessibility to and familiarity with the Construction Criteria Base
(CCB) system. This shall include, as a minimum, the MCACES estimating
system and the ARMS review management system; and (b) access to a Hayes
compatible modem, 2400 baud or better. b. Professional qualifications:
(1) The design team must possess experienced, registered personnel
with demonstrated experience in Cost Estimating. (2) Provide
methodology used in completing the cost estimate. An operational flow
chart and/or narrative will suffice. c. Capacity to accomplish the work
in the required time: Firms must demonstrate ability of the design team
to complete the projects as scheduled. d. Past performance on DoD and
other contracts: (1) ACASS evaluations; superior performance
evaluations on recently completed projects are advantageous; (2)
Letters of evaluation/recognition by other clients; (3) Cost control
and estimating performance as a percentage deviation between the final
estimate and the low bid on similar TYPE and SIZE projects; and (4)
On-time delivery of designs for DoD and similar projects. e.
Geographical location and knowledge of the locality as described in
Note 24. f. Volume of DoD contract awards in the last 12 months. In
addition to those stated in Note 24, considerations may include: (1)
ACASS retrievals; (2) Current workload as listed in BLock 9 of the SF
255; and (3) Equitable distribution of work among A-E firms. 4.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. All requirements of this announcement must be met for a
firm to be considered for selection. Interested firms having the
capabilities to perform this work must submit a single copy of SF 255
for the design team and single copies of current SF 254 for the prime
firm and all consultants, to the above address not later than the close
of business on the 30th day after the date of this announcement. For
the purpose of this notice, day number one is the day following the
date of publication. If the 30th day is a Saturday, Sunday, or Federal
holiday, the deadline is the close of business of the next business
day. The SF 255 must include the following: (1) Firms with more than
one office--(a) Block 4: Distinguish, by discipline, between the number
of personnel in the office to perform the work and the total number of
personnel in the firm; (b) Block 7c: Each key person's office
location; (2) Block 3: Prime firm's ACASS number and distance from the
project location; for ACASS information, call (503)326-3459; (3) Block
7f: Registrations must include the year and discipline; (4) Block 8b:
Include a descriptive project synopsis of major items of work; (5)
Block 10: Describe owned or leaded equipment that will be used to
perform this contract, as well as CADD capabilities; and (6) An
organizational chart, including all key elements of the design team
demonstrating the firm's understanding of an ability to execute
projects under the contract. The revised 11/92 edition of the SF 255
(NSN 7540-01-152-8074) and SF 254 (NSN 7540-01-152-8073) is required.
Forms may be obtained through GPO at (202)783-3238. Submittals by FAX
will not be accepted or considered. Information in cover letters will
not be considered. Prior to the final selections, firms considered
highly qualified to accomplish the work may be interviewed either by
telephone or by formal presentation. THIS IS NOT A REQUEST FOR
PROPOSAL. (0121) Loren Data Corp. http://www.ld.com (SYN# 0031 19950502\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|