|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1995 PSA#1471U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- IDT CONTRACT FOR MISCELLANEOUS ARCHITECTURAL/INTERIOR DESIGN
SERVICES SOL DACA45-96-R-0015 POC For further information, contact
Cheryl Maslonka at: (402) 221-4314. CONTRACT INFORMATION: An Indefinite
Delivery Type contract will be awarded for a period of one year and may
include an option for an additional one year extension. Each Delivery
Order issued under this contract will not exceed $150,000 with
cumulative amount of contract not to exceed $1,500,000 ($750,000 per
year). Delivery Orders will be issued from time to time as the need
arises during the contract period. Types of services required will
include Site investigations, studies, reports, concept design, final
design and construction phase services. Completion date is one year
after date of award with an anticipated start date of May 96. If a
large business is selected for this project, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on that
part of the work it intends to contract. This plan is not required with
this submittal. The subcontracting goals for this contract are that a
minimum of 30% of the contractor's intended subcontract amount be
placed with small businesses (SB), including small disadvantaged
businesses (SDB), and 8% be placed with SDB. PROJECT INFORMATION:
Delivery orders under this contract will consist of
architectural/interior design services for new construction, additions,
alterations, rehabilitation, maintenance and repair on a wide variety
of facilities at various locations supported by the Omaha District.
Types of facilities may include medical, administrative, operational,
recreational and housing as well as other types of projects. Design
services will include design of new and remodeled spaces for various
functions and all stages of building related and furniture related
interior design, including preparation of plans and specifications,
furniture layouts, color boards, furniture and finish selection and
specification, and cost estimates. Delivery orders may also include
design of systems furniture/pre-wired work stations. Work will
primarily involve architecture and interior design but mechanical,
electrical, structural and civil engineering will also be required.
SELECTION CRITERIA: See Note 24 for general selection process. Criteria
for selectio, in order of importance, are: (a) Recent specialized
experience and technical competence of the firm (including consultants)
in: (1) Providing services similar to those described in Project
Information. (2) Use of General Services Administration (GSA) and
Federal Prison Industries (FPI) furniture schedules and procedures. (3)
Producing quality designs as evidenced by the firm's quality control
procedures. (4) Effective coordination and management of the project
team, including consultants. (5) Construction cost estimating and
preparation of estimates on IBM compatible personal computers using
Corps of Engineers Micro-Computer Aided Cost Estimating System
(M-CACES) GOLD version or similar system (M-CACES software will be
provided). (6) Producing Computer Aided Drafting and Design (CADD)
drawings fully compatible with one of the following: Intergraph Unix
System 5 Microstation 32 (version 5.0 or later, Intergraph MS-DOS
Microstation PC (version 5.0 or later). (b) Professional qualifications
and specialized experience in providing services similar to those
listed above of the proposed team members (including consultants) in
the following disciplines: architecture, interior design, mechanical,
electrical, structural and civil engineering. (c) Capacity to
accomplish the work in the required time, including extensive interior
design capacity and the ability to complete more than one work order
at a time. (d) Past performance as described in Note 24. (e) Location
in the general geographic area of the Omaha District. (f) Extent of
participation of SB, SDB, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the estimated effort. (g) Volume of DOD contract awards
in the last 12 months as described in Note 24. SUBMITTAL REQUIREMENTS:
Solicitation packages are not provided for A-E contracts. This is not
a request for proposal. Firms desiring consideration shall submit two
copies of a combined SF 255 and separate SFs 254 for prime and each
consultant. To be considered, submittals must be addressed as follows:
U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John
M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be
received no later than close of business on the 30th day after the date
of publication of this announcement. If the 30th day is a Saturday or
Sunday or a federal holiday, the deadine will be the close of business
on the next business day. In block 10 of the SF 255, provide the
following: (a) Design Management Plan (DMP). The DMP should be brief
and include an explanation of the firm's management approach,
management of subcontractors (if applicable), specific quality control
procedures used and an organizational chart showing the
inter-relationship of management and various team components (including
subcontractors). (b) The firm's present workload and the availability
of the project team (including consultants) for the specified contract
performance period. In block 3 of SF 255 provide the submitting firm's
number (six or seven digits) assigned by the North Pacific Division,
U.S. Army Corps of Engineers, for the Architect-Engineer Contract
Administration Support System (ACASS) and the firm number for any
consultants in block 6 of the SF 255. If unknown, so state. To receive
information to obtain an ACASS number, call (503) 326-3459. Personal
visits for this solicitation to the Omaha District offices will not be
scheduled. Administrative and procedural questions shall be directed
to John M. Miller at (402) 221-4176. See Numbered Note(s): 24. (0312) Loren Data Corp. http://www.ld.com (SYN# 0021 19951109\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|