|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1995 PSA#1341U.S. Army Corps of Engineers, Pittsburgh District William S. Moorhead
Federal Building, 1000 Liberty Avenue, Room 727 Pittsburgh,
Pennsylvania 15222-4186 C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR
MISCELLANEOUS DESIGN SERVICES SOL DACW59-95-R-0020 POC Michael S.
DeStefano, Contract Specialist, (412)644-4953 or William A. Karaffa,
Civil Engineer, (412)644-3596. 1. CONTRACT INFORMATION: The U.S. Army
Corps of Enginers, Pittsburgh District, will require one Indefinite
Delivery Contract for Architect-Engineer services for the design of
miscellaneous items for navigation and flood control structures and
their related features as well as other civil works projects within the
Pittsburgh District. The contract will have a base period of one year
and an option period of one year. Individual, fixed-price delivery
orders will not exceed $150,000 and the annual ceiling for the base
year and option year is $750,000. This announcement is open to all
businesses regardless of size. If a large business is selected for this
contract, it must comply with FAR 52.219-9 regarding the requirement
for a subcontracting plan on that part of the work it intends to
subcontract. The subcontracting goals are that a minimum of 25% of the
contractor's intended subcontract amount be placed with small
businesses (SB), including small disadvantaged businesses (SDB) and 5%
be placed with SDB. The plan is not required with this submittal. 2.
PROJECT INFORMATION: Items to be accomplished will be varied and
include architectural design; structural analysis and design;
multi-disciplinary civil engineering services including geotechnical,
environmental, water and wastewater treatment and distribution,
sanitary; mechanical and electrical engineering; and other related
technical services. The work will primarily consist of, but not be
limited to, partial or complete designs of miscellaneous items, mostly
related to navigation and flood control structures. The work may
include the complete or partial preparation of plans, specifications
and quantity and/or cost estimates, as would be necessary for each
project. 3. SELECTION CRITERIA: Selection criteria shall be as outlined
in FAR 36.602-1 and DFARS 236.602-1(a)(6) which includes, but not
limited to, the following, listed in order of importance: (a)
Professional qualifications necessary for satisfactory performance of
required services. (b) Specialized experience and technical competence
in the type of work required. (c) Capacity to accomplish the work in
the required time. The evaluation will consider the experience of the
firm and any consultants in similar size projcts, and the availability
of an adequate number of personnel in key disciplines. (d) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work, and compliance with
performance schedules. (e) Location in the general geographical area of
the project and knowledge of the locality of the project; provided,
that application of this criterion leaves an appropriate number of
qualified firms, given the nature and size of the project. (f) Extent
of participation of SB, SDB, Historically Black Colleges and
Universities (HBCU), and minority institutions in the proposed contract
team, measured as a percentage of the total estimated effort. (g)
Volume of work awarded by Department of Defense (DOD) during the
previous twelve (12) months. Criteria (a) thru (d) are primary.
Criteria (e) thru (g) are secondary and will only be used as ''tie
breakers'' among technically equal firms. 4. SUBMISSION REQUIREMENTS:
See Note 24 for general submission requirements. Architect-Engineer
firms meeting the requirements set forth in this announcement are
requested to submit a completed Standard Form 255, Architect-Engineer
and Related Services Questionnaire for Specific Projects and any
supplemental data which documents the firm's specialized
qualifications. Each SF 255 must include a description of a formalized
Quality Control (QC) plan relating to design and specifically tailored
to this work. The QC plan will explain how the firm and all
subcontractors will produce a quality design which is free of errors
and omissions. The QC plan will be considered as an element in the
selection factors. Any firm that does not have a current (within the
past twelve months) Standard Form 254, Architect-Engineer and Related
Services Questionnaire on file in this office must also furnish a
complete SF 254. SF 254 and SF 255 forms were revised (Revision 11-92)
by Federal Acquisition Circular 90-16, effective 19 February 1993. The
previous Revision 10-83 of these forms is obsolete and will not be
used. Only the 11-92 edition of these forms will be accepted.
Interested firms shall provide submittals 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.
Submittals received after this date and time will not be considered for
selection. No other general notification to firms under consideration
for this project will be made and no further action is required. For
subcontracting and teaming opportunities, please contact the following:
U.S. Small Business Administration, Attn: John Brown, 960 Penn Avenue,
Pittsburgh, PA 15222 (412)644-2787; U.S. Small Business
Administration, Attn: John Renner, 111 Superior Avenue, Suite 630,
Cleveland, OH 44114 (216) 522-4180; U.S. Small Business Administration,
Attn: Doug Smith, P.O. Box 1608, Clarksburg, WV 26302 (304) 623-5631.
This is not a request for proposal. (0124) Loren Data Corp. http://www.ld.com (SYN# 0026 19950505\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|