|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1995 PSA#1414Department of the Army, Baltimore District, Corps of Engineers, P.O.
Box 1715, Baltimore, MD 21203-1715 C -- ARCHITECT-ENGINEER SERVICES ARE REQUIRED FOR AN INDEFINITE
DELIVERY-TYPE (MULTI-DISCIPLINE) CONTRACT, FT RITCHIE MD THROUGHOUT THE
BALTIMORE DISTRICT SOL DACA31-95-R-0095 POC Mary Riche (410) 962-4880
1. CONTRACT INFORMATION: Engineering studies and designs utilizing
analytical services at Ft. Ritchie, MD, and other satellite supported
installations. Contract will be for a 12-month period and will contain
an option to extend for 12 additional months. Cumulative total of this
contract shall not exceed $750,000.00. Individual delivery orders shall
not exceed $150,000.00. Contract will be firm fixed price.
Subcontracting Plan Requirements: 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 8 percent of total planned subcontracting dollars shall be placed
with small disadvantaged businesses, including Historically Black
Colleges and Universities or Minority Institutions, and at least 5
percent with Women-Owned Businesses (WOB). The plan is not required
with this submittal. The anticipated award date is on or about 1
January 1996. 2. PROJECT INFORMATION: Engineering studies and designs
utilizing analytical services at Fort Ritchie, MD, and other satellite
supported installations. Technical investigations, obtaining data,
performing studies, reports, final engineering design drawings, cost
estimates, and other documents involving the repair, maintenance
renovation/minor construction, future planning and environmental
impacts on all the proceeding activities for the infrastructure of a
U.S. Military Installation. Normally, the contractor will be handling
unclassified material and producing deliverables that are unclassified.
However, on limited occasions the contractor will be required to store
classified documents as well as possess computer hardware capable of
handling classified software. Final Design drawings shall be submitted
on a reproducible base and digitized on AUTOCAD, Release 12.0. 3.
SELECTION CRITERION: See Note 24 for general A-E selection process. The
selected firm shall be able to provide multi-skilled services from on
site surveys for studies, designs, cost estimates, and feasibility
analysis, space allocations and recommended course of actions in
compliance with Federal, State, and regional regula- tions in three
basic category work skills. Category I, Multi- disciplined Engineers as
follows: Architectural, Civil, Environ- mental, Structural Engineer,
Mechanical Engineer, Electrical Engi- neer, Roofing, Site Improvements
(Utilities, paving, etc.), Water Resource Engineering, Americans with
Disabilities Act (ADA) (Handicapped) Compliance Evaluations, Computer
Aided Drafting (CAD), Mapping and Geographic Information System (GIS),
Intrusion Detection Systems (IDS), High Electromagnetic Pulse Design
(HEMP). Category II, Master Planning as follows: Real Property
Management, Master Planning Facilities Inspections, Economic Studies
including Utility Contracts, Project Development MCA program (1391's),
Housing Management including SMAS, and Energy Studies. Category III,
Environmental as follows: Underground storage tanks, Lead- based paint
and asbestos management, Natural resource planning including
historical compliance, Hazardous Material (HAZMAT) and air quality.
Since effective management is a key element for success of this
contract, responding firms will provide a Manage- ment Plan describing
how coordinated services will be provided and listing names and
telephone numbers of clients as references on their three similar most
recent projects. Selection of the AE firm for this project will be
based on evaluation of the following significant factors in the
priority listed (the word ''Firm'' in this announcement includes joint
ventures, subcontractors, and/or key consultants/associates: (1)
Proposed management plan and organization chart of the project team to
be utilized. The plan must show the working relationship of all key
personnel by discipline and name a responsible individual for each. (2)
Capacity and ability to accomplish the work in previously described
skill Categories, I through III) (3) Professional qualifications of the
firm's staff and consultants to be assigned a project. (4) Past
experience, if any, of the firm with respect to performance on
Department of Defense contracts, infrastructure support. (5) Ability to
respond to a request for services within a short period of time (24
hours) and provide these services with normal overhead factors. (6)
Ability to obtain a SECRET clearance for all key personnel, including
subcontractors and facilities to handle and store classified materials.
(7) Volume of work previously awarded by the Department of Defense to
the firm with the object of effecting an equitable distribution of
contracts among qualified Architect-Engineering firms, including
minority- owned or small business firms and firms that have not had
prior Department of Defense contracts. 4. SUBMISSION REQUIREMENTS:
Interested firms having the capabilities to perform this work must
submit an SF 255 and SF 254's. An SF 255 must be submitted for
prime/joint venture. SF 254's must be submitted for prime, all firms
involved in joint venture, and for each consultant. Responses to this
announcement received within 30 days from the date of this issue will
be considered for selection. Street address: City Crescent Building,
ATTN: Mary A. Riche, Room 7000, 10 South Howard Street, Baltimore, MD
21201. This is not a request for proposal. (0229) Loren Data Corp. http://www.ld.com (SYN# 0012 19950818\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|