|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1995 PSA#1375U. S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place,
Room 821, Louisville, Kentucky 40202-2230 C -- ARCHITECT-ENGINEER SERVICES FOR TWO INDEFINITE DELIVERY CONTRACTS
FOR DESIGN OF VARIOUS ARCHITECTURAL AND ENGINEERING PROJECTS FOR FT.
CAMPBELL, KENTUCKY POC Contact Mrs. Sharon Evans, (502) 582-6208 1.
CONTRACT INFORMATION: The proposed services will be obtained by a
negotiated Firm Fixed Price Contract. The maximum amount of the
contract shall not exceed $500,000.00, and no individual delivery order
shall exceed $150,000.00. The contract period is one year from date of
award, with an option to extend an additional year with an additional
ceiling amount of $500,000.00. Before award of this contract, the firm
(if not a small business concern) shall be required to present an
acceptable Small Business and Small Disadvantaged Business
Subcontracting Plan in accordance with Public Law 95-507. To meet the
current subcontracting goals, 69% of the total subcontracted dollars
must go to small business firms, 6.3% must go to small disadvantaged
business firms, and 2.9% must go to woman-owned firms. The plan is not
required with this submittal. 2. PROJECT INFORMATION: Activities such
as preparation of plans, specifications, construction cost estimates,
technical studies, and hazardous material surveys, analysis and
abatement methodology in the support of design projects as identified
during the term of the contract will be required. Expected projects
would involve building repairs, upgrades, renovations and new
construction to include painting; windows and doors; structural
analysis and design; mechanical systems - HVAC and plumbing; electrical
systems; Life Safety Codes; site work and drainage; fire protection;
survey, analysis, and abatement design for hazardous materials
encountered in building demolition and renovation i.e. PCB's, asbestos,
and lead in such forms as electrical appurtenances, painted surfaces,
floor tiling, pipe insulation and roofing felts; and interior space
planning and design. Some projects may require partnering with the
selected firm. 3. SELECTION CRITERIA: See Note 24 for general selection
process information. The selection criteria in descending order of
importance (first by major criterion and then by each sub-criterion)
are listed below. Criteria a-d are primary and e-h are secondary: a.
Qualified registered professional Civil, Sanitary, Hydraulic, Geotech,
Structural (independent of Civil), Mechanical, and Electrical
Engineering; Architecture; Industrial Hygiene; Hazardous Material
Inspection and Abatement Methods; Fire Protection; Life Safety Codes;
Geology; Surveying; and Hydrology is required. A designer and checker
in Architecture and each specified field of engineering are necessary
with at least one in each field professionally registered. b.
Specialized experience includes hygienist which must be a Certified
Industrial Hygienist (CIH) as certified by the American Board of
Industrial Hygienist (ABIH). The field inspector must have successfully
completed an EPA approved course for building inspectors and asbestos
managment planners. In addition, a laboratory accredited in Bulk
Asbestos Fiber Analysis given by the National Institute of Standards
and Technology (NIST) under the National Voluntary Laboratory
Accrediation Program (NVLAP) must be identified. Construction cost
estimating must be accomplished using the Micro- Computer Aided Cost
Estimating System (M-CACES) software or approved equal. Specifications
must be electronically developed using Corps of Engineers Guide
Specifications (CEGS) purchased by the contractor. Certain sections
will be specific to Ft. Campbell. Drawing development may be by any
CADD system but submittals must be in accurately translated Intergraph
Microstation format unless otherwise specified. c. Capacity to
complete the work in the required time. d. Past performance on DOD and
other contracts and respect to cost control, quality of work, and
compliance with performance schedules. e. Geographical location and
knowledge of the locality of the project. f. Volume of DOD contract
awards in the last 12 months as described in Note 24. g. Superior
performance evaluations on recently completed DOD contracts. h. Extent
of participation of SB, SDB, historically black collages and
universities, and minority institutions in the proposed contract team,
measured as a percentage of the estimated effort. A formalized project
specific Quality Control (QC) Plan must be prepared and submitted
identifying the process that the prime firm and consultants will follow
to minimize errors and omissions for the activities as specified above.
Only resumes identifying the professionalism and specilized experience
of the design group are necessary. Other available personnel may be
specified in paragraph 10 of SF255. 4. SUBMITTAL REQUIREMENTS: a. See
Note 24 for general submission requirements. Firms which are interested
and meet the requirements described in this announcement are invited to
submit one completed SF 255 (Revision 11-92), U.S. Government A/E and
Related Services for Specific Projects to the office shown above. SF
255 (Revision 10-83) is obsolete and only the 11-92 edition of SF 255
will be accepted. All responses on SF 255 to this announcement must be
received no later than 4:30 pm Local Time on the 30th calendar day
after the date of this publication to be considered for selection. The
day following this CBD announcement counts as day number 1. If the
30th day falls on Saturday, Sunday or a U. S. Gov't. holiday, the
deadline is the close of business on the next Gov't. business day. b.
It is requested that interested firms list the fee amount and date of
all DOD contracts awarded during the last 12 months to the firm and all
subsidiaries in Block 9 of the SF 255. c. Responding firms must submit
a current and accurate SF 254 for each proposed consultant.
Additionally, all responding firms which do not have a current (within
the past 12 months) SF 254 on file with the North Pacific Division,
Corps of Engineers, must also furnish a completed SF 254. If a SF 254
is included, only the 11-92 edition of the form will be accepted. The
business size status (large, small and/or minority) should be indicated
in Block 3 of the SF 255. Definition: A concern is small if the annual
receipts averaged over the past 3 fiscal years do not exceed $2.5
million. d. No other information including pamphlets or booklets is
requested or required. e. No other general notification to firms under
consideration for this project will be made and no further action is
required. Solicitation packages are not provided for A/E contracts.
This is not a request for proposals. (0173) Loren Data Corp. http://www.ld.com (SYN# 0020 19950623\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|