Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1995 PSA#1375

U. 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