|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1995 PSA#1350Seattle District, Corps of Engineers, PO Box 3755, Seattle, WA 98124-2
255; Handcarry to 4735 East Marginal Way South, Seattle, WA
98134-2385 C -- A-E MULTI-DISCIPLINE INDEFINITE DELIVERY CONTRACT FOR MOUNTAIN HO
ME AFB, IDAHO SOL DACA67-95-R-0049 DUE 062295 POC Contact, Susan
Sherrell, (206) 764-6713 Provide for selection of Civil, Structural and
and other Multidiscipline Architect-Engineer Design Service Contract to
provide Civil, Structural, Architectural, Engineeering, Planning and
Design Services in support of various military infrastructure
(primarily) at Mountain Home Air Force Base. Work includes: planning;
engineering; field investigations, technical feasibility assessments;
design analyses; preparation of plans and specifications; cost
engineering; and engineering design for asbestos abatement,
installation restoration work incident to maintenance, repair and minor
construction efforts. Design disciplines include civil, structural,
architectural, mechanical, electrical, urban planning, asbestos, lead
remediation, geotechnical, cost engineering, interior design and
landscape architecture. A-E will be required to use autoCAD Release
12.0. Significant evaluation criteria in descending order of importance
are: (1) Specialized experience and technical competence of the firm in
types of work required, including knowledge of the locality of the work
to be done. (2) Capacity of the team to accomplish multiple
simultaneous Delivery Orders in the required time; including whether
the team has any current Indefinite Delivery Term (IDT) contracts.
Please submit a separate Block #9 of the SF255 for each firm on the
team. (3) Professional qualifications of firm's staff and consultants
to be assigned to this project, which are necessary for satisfactory
performance of required services. (4) Location of the firm in the
general geographic area of the project. (5)Past performance on DoD and
other contracts with respect to cost control, quality of work, and
compliance with performance schedules. SECONDARY CRITERIA: The
following criteria are considered secondary factors and will only be
used at Final Evaluation as tie- breakers. (6) Extent of participation
of Small Business (SB), Small Disadvantatged Business (SDB),
historically black Colleges and Unitersities and minority Institutions
in the proposed contract team, measured as a percentage of estimated
effort. (7) Volume of DoD contract awards to the Prime A-E in the last
12 months. A-E will be required to use M-CACES for cost estimating on
this project. The software will be furnished by the Corps of Engineers
after contract award. Responding firms should indicate ability to
access an electronic bulletin board and automated review management
system (ARMS) via modem. Proposed procurement will result in a
one-year, fixed price indefinite delivery contract with option to
extend for one additional year; delivery orders of NTE $150,000 each to
be issued as requirements arise. Total contract amount shall not exceed
$750,000 per year for a total cumulative contract amount of $1.5
million. Start and completion dates are scheduled for 10-15-95 and
10-14-96 respectively. Qualified firms desiring consideration shall
submit one copy of SF 255, including organizational chart of key
personnel to be assigned to this project, current SF 254, and
consultant's current SF 254's. No additional project information will
be given to A-E firms. Phone calls are discouraged unless absolutely
necessary. This project is open to both large and small businesses.
This is not a request for proposal. It is anticipated that the selected
firm will be required to submit a subcontracting plan with its fee
proposal if it is a large business. For this procurement, a large
business is a concern for which the annual average gross revenue taken
for the last three (3) fiscal years exceeds $2.5 million. The plan
must be consistent with Section 806(b) of PL 100-180, PL 95-507 and PL
99-661. If a large firm chooses to subcontract, a minimum of 60% of
the total planned subcontracting dollars should be placed with small
business concerns. At least 5% of that 60% should be placed with small
disadvantaged businesses (SDBs), or Historically Black Colleges and
Universities or Minority Institutions, and 2.3% to Women-owned
businesses. Women-owned businesses do not qualify as SDBs for federal
contracts. (0137) Loren Data Corp. http://www.ld.com (SYN# 0024 19950518\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|