Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF july 17,1995 PSA#1389

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New York, New York, 10278-0090, Attn: CENAN-MR

C -- ANNOUNCEMENT INFORMATION (ARCHITECT-ENGINEER SERVICES), INDEFINITE DELIVERY CONTRACT 37 FOR WORK AT THE UNITED STATES MILITARY ACADEMY, WEST POINT, NEW YORK. SOL CBAEEN-5178-0027 DUE 081795 POC Willien Cunningham, CENAN-EN-MR,Rm 2133, 26 Federal Plaza, New York, N.Y. 10278-0900, (212) 264-9123. Location of work: United States Military Academy, West Point, N.Y. Scope of services required: Preparation of design and construction documents, studies, (i.e., plans, specifications, cost estimates, design analyses) and construction services for various projects to include, but not be limited in scope to; rehabilitation of military, academic, historic, residential and inductrial buildings, HVAC systems, roofing, plumbing, electrical and foundation systems, roadway work and hazardous materials abatement, including asbestos, lead paint and PCB's. These services will be provided under and indefinite delivery contract. The cumulative amount of all delivery orders for this contract will not exceed $750,000 and each delivery order will not exceed $150,000. Delivery orders may be issued for a period of one year from the date of contract award. The contract will include an option for one additional year under the same terms and conditions as the basic contract. The Government's obligation is to guarantee a minimum amount of $15,000 for the first year and $7,500 for the second year (should the option for the additional year be exercised). Technical capability required: Full in-house capability is preferred. Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure quality control. The (prime) firm must identify in its submittal the quantity and disciplines of personnel in their working office. These specific abilities are required: Architect; Historical Architect with a Bachelor's degree in Architecture and the following additional requirements: a) activities in Architectural Preservation as a primary function, b) at least one year of graduate study in one of the following: i. Architectural Preservation, ii. American Architectural History or iii. Preservation Planning (additional full-time experience on preservation projects may replace graduate study requirement), c) Architectural Registration and d) at least two years practical experience on Architectural Preservation and Restoration projects; Electrical Engineering; Mechanical Engineering inclusive of fire protection/detection; Civil Engineering, Structural Engineering, and Geotech/Topo Surveying. A Certified Industrial Hygienist, Asbestos Inspector and a Professional Cost Engineer are also required. Special Qualifications: Previous experience with design of rehabilitation projects on military installations/academic environment is preferred. Experience in the preparation of Project Funding Justification Document (DD 1391) is also preferred. Responding firms should indicate their ability to: a) Access a Corps electronic bulletin board and Automated Review Management System (ARMS) via a Hayes or Hayes compatible modem, through an IBM compatible PC. b) To use the M-CACES Gold edition estimating package. c) To produce designs and/or studies in the Metric System. Closing date for submitting SF 255: 30 days after advertising date. Evaluation factors in descending order of importance: a) Professional qualifications necessary for satisfactory performance of required services. b) Specialized experience and technical competence in the type of work required. c) Capacity to accomplish the work within the required time. d) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. e) Location in the general geographical area of the United States Military Academy at West Point and knowledge of the localities, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. f) The extent or participation of SB, SDB, historically black colleges, and universities, and minority institutions is secondary selection criterion and will be used as a ''tiebreaker'', if necessary. g) Volume of work previously awarded to the firm by the department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DoD CONTRACTS. This is a secondary selection criterion which will be used as a ''tie-breaker'' if necessary. Start: January 1996. Completion: January 1998. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. Three copies of the entire submittal should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, NY 10278, (212) 264-9123. Only those submittals incorporating the 11-92 revisions of the SF 254 and SF 255 will be considered. Furthermore, special attention should be given to the manner in which these forms are completed. The SF 254 should reflect the overall capacity of the firm, whereas, the SF 255 should reflect only the personnel dedicated to the specific project referenced int he submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. (0194)

Loren Data Corp. http://www.ld.com (SYN# 0022 19950714\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page