|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1995 PSA#1373US Army Corps of Engineers, Huntsville Division, P.O. Box 1600, 4820
University Square, Huntsville, AL 35816-1822 C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR
FACILTY SYSTEM SAFETY TRAINING AND SUPPORT POC Lisa Parker, Contract
Specialist or Danny J. Biggs, Contracting Officer, telephone
205-895-1387. Architect-Engineer (A-E) services are required to assist
in the accomplishment of Facility Related Engineering Reviews, Studies
and Analyses for Programs and Projects supported by the U.S. Army Corps
of Engineers, Huntsville Division. The services are expected to
include, but will not be limited to, safety and systems safety
analyses, industrial hygiene reviews, fire protection analyses,
chemical agent reviews, explosive safety evaluations and assessments,
criteria development and related requirements, developing explosive
safety workshops, and performing other hazard reviews related to
design, operation and closure of military facilities, laboratory
testing and evaluation on soils and chemicals and potential ordnance,
and development of ordnance training programs. The A-E will be required
to develop various analyses and plans in accordance with MIL STD 882C
to evaluate risks involved with operation of facilities. Work will also
consist of evaluation and prediction of blast effects resulting from
accidental explosions (both conventional and chemical munitions).
Methods will reflect the state-of-the-art practice for blast and
fragmentation effects, including effects prediction and analysis,
structural design and evaluation, site planning and evaluation, and
field testing of ordnance, explosives and model and actual structures
and systems. In addition, the services will require evaluation of
hazardous (explosive) operations in accordance with requirements and
procedures dictated in AMCR 385-100, DOD 6055.9 STD and TM 5-1300. The
services will require the development and/or evaluation of
environmental studies, reviews, investigation, and other related
documents to identify safety, health and environmental considerations.
A one year indefinite delivery contract with one option year will be
awarded. This contract will have the capacity to issue firm fixed-price
delivery orders with a maximum total contract award of $750,000 each
for the base year and option year. The individual delivery orders will
be a maximum of $150,000. The contract period in which delivery orders
may be placed under this contract will be one year and is estimated to
begin in September 1995. Funds are presently available for award of
this contract. The Government's minimum obligation for this contract is
$15,000 for the first year and $7,500 for the option year, if
exercised. In order to be considered for selection for this contract,
interested firms must submit an SF 254/255. Since engineering design
may be required under this contract, responding firms must be capable
of providing design drawings on a computer-aided design and drafting
(CADD) system. Drawings and other documents shall be prepared in
accordance with the formats defined in HNDM 1110-1-1. All final
drawings will be computer-generated, plotted and provided in a format
and medium that will permit their loading, storage and use without
modification or additional software on the Huntsville Division
geographical information system (GIS) and graphics systems
workstations. The Huntsville Division graphics system consists of
Intergraph Corporation supplied TD-4 and TD-5 workstations and personal
computers running Microstation Version 5.0 and Modular GIS Environment
(MGE) software products. Data shall be submitted on system compatible
2.3 GB, 5 GB or 10 GB, 8mm data cartridge, 3.5-inch 1.4 mbyte floppy
disk, 5.25-inch 1.2 mbyte floppy disk, or preapproved CD formats. State
the CADD system to be used and demonstrate how it is compatible with
the Huntsville Division system. SELECTION CRITERIA: The following
evaluation criteria for this proposed contract are mandatory and
relatable to one or more of the factors in Note 24.) The selection
criteria are listed below in descending order of importance (first by
major criterion and then by each sub-criterion). Criteria 1-4 are
primary. Criteria 5-6 are secondary and will only be used as
''tie-breakers'' among technically equal firms. (1) SPECIALIZED
EXPERIENCE and TECHNICAL COMPETENCE IN TYPE OF WORK REQUIRED:
SUBFACTORS: (a) Demonstrated expertise in safety, systems safety, fire
protection, chemical agent safety, nuclear safety, health/physics,
industrial hygiene, explosive safety, and human factors engineering,
and laboratory testing/evaluation of soils and chemicals and potential
ordnance. (b) Demonstrated knowledge of MIL STD 882C, AMCR 385-100,
DOD 6055.9, TM 5-1300 and other DOD requirements related to safety,
systems safety and explosive safety of complex facilities and
processes. (c) Past experience and demonstrated capability in
evaluating blast effects and fragmentation phenomenology of con-
ventional and chemical munitions and explosives, including effects
prediction, analysis, design, and testing. (d) Specialized experience
and demonstrated capability in conducting a variety of detailed safety,
industrial hygiene, health physics and explosive safety analyses and
evaluations. (2) PROFESSIONAL QUALIFICATIONS NECESSARY for SATISFACTORY
PERFORMANCE OF REQUIRED SERVICES: SUBFACTORS: (a) Demonstrated
experience and expertise in the disciplines of Safety Engineer,
Industrial Hygiene, Mechanical, Electrical, Structural and
Environmental Engineers, Chemical Engineer, Fire Protection Engineer
and Radiological Specialist. (b) Professional engineer registration for
the professional in charge. (3) CAPACITY TO ACCOMPLISH THE WORK in THE
REQUIRED TIME: SUBFACTOR: Interested firms must demonstrate that they
have in-house capacity, or adequate forces, to accomplish all of the
work in accordance with the proposed contract performance period above.
Subcontractor/consultant experience/credentials will be inputted to and
evaluated as part of submissions only if they are identified and the
submission includes a commitment form each subcontractor/consultant to
undertake performance under any resultant contract. (4) PAST
PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES and PRIVATE INDUSTRY
IN TERMS OF COST CONTROL, QUALITY of WORK, AND COMPLIANCE WITH
PERFORMANCE SCHEDULES: SUBFACTOR: The proposed contract type is firm
fixed-price indefinite delivery order, therefore, cost control is not
of prime importance in the evaluation of this contract. Firms with
unsatisfactory or marginally unsatisfactory past performance
evaluations (poor or below average) will be downgraded appropriately in
consideration for award of this contract. (5) LOCATION IN THE GENERAL
GEOGRAPHICAL AREA of THE PROJECT AND KNOWLEDGE OF THE LOCALITY of THE
PROJECT, PROVIDED THAT APPLICATION OF THE CRITERION LEAVES an
APPROPRIATE NUMBER OF QUALIFIED FIRMS, GIVEN THE NATURE AND SIZE OF THE
PROJECT: Not applicable to this contract. (6) VOLUME OF WORK AWARDED BY
DOD DURING THE PREVIOUS 12 MONTHS: SUBFACTOR: Equitable distribution of
work among A-E firms, including small and small disadvantaged business
firms and firms that have not had prior DOD contracts, will be a
consideration of the Selection Board. This contract is not set aside
under either of these criteria, however, responding large business
firms are urged to consider seriously the award of subcontracts to
small disadvantaged and other small business firms. In determining the
value of DOD awards over the past 12 months, awards to overseas
offices for projects outside the United States, its territories and
possessions, to a subsidiary, if the subsidiary is not normally subject
to management decisions, bookkeeping, and incorporated subsidiary that
operates under a firm name different from the parent company will not
be considered. Interested firms are requested to state in Block 10 of
the SF 255 the value of all A-E contract awards to the firm, including
modifications, by the Department of Defense during the previous 12
months as of the date of this announcement. Notwithstanding, the
reference to geographic location will not be a factor in selection.
Submittals must be received at the address indicated above not later
than the close of business 30 calendar days from the publication date
of this announcement with ''day 1'' being the next day after
publication. If the 30th calendar day falls on a weekend or a holiday,
the last day for receipt will be the following business day. Only one
copy of the submittal is required. If sending submittal by overnight
express, the street address and zip code is US Army Engineer Division,
Huntsville, ATTN: CEHND-PM-AE (Ms. Lisa Parker), 4820 University
Square, Huntsville, AL 35816-1822. See Note 24. Note 24 appears on the
back of every Monday issue of this publication. (0171) Loren Data Corp. http://www.ld.com (SYN# 0024 19950621\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|