|
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-0048 DUE 080395 POC Contact, Susan
Sherrell, (206) 764-6713 Provide for selection of a multidiscipline
Architect-Engineer Design Service Contract to provide architectural,
engineering, planning and design services in support of various
military infrastructure (primarily) at Mountain Home Air Force Base,
ID. 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 Architecture, Civil, Structural, Mechanical, Electrical, Urban
Planning, asbestos, lead remediation, geotechnical, cost engineering,
interior design and landscape architecture. The 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 the types of work required, including
knowledge of the locality of the work to be performed. (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 No. 9 of
the SF 255 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.
The following criteria are considered secondary factors and will only
be used at Final Evaluation as tie-breakers and (6) Extent of
participation of Small Business (SB), Small Disadvantaged Business
(SDB), Historically Black Colleges and Universities 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 twelve 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 with automated
review management system (ARMS) via modem. Proposed procurement will
result in a one-year, fixed price indefinite delivery contract wiith
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. 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# 0025 19950518\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|