|
COMMERCE BUSINESS DAILY ISSUE OF may 24,1995 PSA#1353Department of the Army, Baltimore District, Corps of Engineers, P.O.
Box 1715, Baltimore, MD 21203-1715 C -- AE SERVICES ARE REQUIRED FOR INDEFINITE DELIVERY-TYPE
MULTI-DISCIPLINE CONTRACT FOR VINT HILL FARMS STATION AND THROUGHOUT
THE BALTIMORE DISTRICT SOL DACA31-95-R-0071 DUE 062895 POC Patty
Hensley (410)962-7718 Work may consist of preparation of reports,
studies, design criteria, design and other general A-E services for
alterations, renovation, maintenance and repair, and new construction
projects. Concentration of work shall be in mechanical/electrical,
civil and environmental. The firm shall provide other multi-discipline
engineering services, including: architecture, structural, plumbing,
sanitary, and geotechnical engineering; interior design; landscape
design; fire protection, cost estimating; topographic surveying;
asbestos and lead paint survey, testing, abatement design, and
remediation. The firm shall have a minimum of one certified industrial
hygienist. The firm shall be experienced with the Corps of Engineers
A-E Instruction Design Criteria; CADD Standard Manual (EM 1110-1-180);
and AIA CADD Layer Guidelines; seismic design requirements; CPM; and
regulatory requirements, processes and procedures; economic analyses;
stormwater management; sedimentation and erosion control; National
Pollutant Discharge Elimination System (NPDES) permitting (including
obtaining permits, etc.); and preparation of DD Form 1391 and Project
Development Brochures. The firm selected may be required to conduct
Site Characterization Reports (SCR) and Corrective Action Plans (CAP)
in support of Installation environmental cleanup mandated under
requirements of Base Realignment and Closure and Installation Reuse
initiatives. Most of these sites will consist of soils and groundwater
remediation associated with past hazardous waste, underground storage
tanks, and landfilling activities on the Installation. Firms should be
able to show familiarization of VA State Department of Environmental
Quality (DEQ) regulations and procedures for approval of submitted
SCR's and CAP's. The firm must be capable of responding to multiple
work orders concurrently. The products are not required to be performed
using a specific CADD system. However, the firm will be required to
provide any digitizing and/or translation services necessary to deliver
the final design products in AUTOCADD Release 12 on 3-1/2 inch high
density diskettes formatted for 1.44 MB. Contract will be for a
12-month period and will contain an option to extend for 12 additional
months. Cumulative total of each contract award shall not exceed
$750,000.00. Individual delivery orders for each contract shall not
exceed $150,000.00. If the selected firm is a large Business Concern,
a subcontracting plan with the final fee proposal will be required,
consistent with Section 806 (b) of PL 100-180, PL 95-507, and 99-661.
A minimum of 25% of the total planned subcontracting dollars shall be
placed with small business concerns. At least 5 percent of total
planned subcontracting dollars shall be placed with small disadvantaged
businesses, including Historically Black Colleges and Universities or
Minority Institutions, and 5% with women-owned businesses. Firms
desiring consideration should submit appropriate data as described in
Numbered Note 24. SF 255 must be submitted for prime and joint
ventures. SF 254 must be submitted for prime, joint ventures, and
consultants. The 255 and 254 shall clearly indicate the staffing of the
office indicated to do the work. Responses to this announcement
received after 28 June 1995 shall not be considered for selection.
Street address: City Crescent Building, ATTN: Patty Hensley Room 7000,
10 South Howard Street, Baltimore, Maryland 21201. This is not a
request for proposal. (0142) Loren Data Corp. http://www.ld.com (SYN# 0016 19950523\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|