|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1995 PSA#1494U.S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place,
Room 821, Louisville, Kentucky 40202-2230 C -- ARCHITECT-ENGINEER SERVICES FOR FIVE INDEFINITE DELIVERY
CONTRACTS FOR DESIGN OF VARIOUS ARCHITECTURAL AND ENGINEERING PROJECTS
FOR FT. CAMPBELL, KENTUCKY 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, and no individual contract shall
exceed $150,000. The estimated construction cost is between $25,000 and
$2,000,000. Estimated starting and completion dates are March 1996 and
March 1997 respectively. The contract period is one year from date of
award, with an option to extend an additional year with an additional
$500,000. 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, 52.5% of the total subcontracted dollars must go to small
business firms, 8.8% must go to small disadvantaged business firms, and
3.0% 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. The A/E
contractor may also be required to prepare various services contracts
for award. (i.e. Storm Water Management, Construction Debris Landfills
and Grounds Maintenance Contracts). Some projects may require
partnering with the selected firm. 3. SELECTION CRITERIA: See Note 24
for genera selection process information. The selection criteria in
descending order of importance (first by major cirterion and then by
each sub-criterion) are listed below. Criteria a-d are primary and e-h
are secondary: a. Qualified registered designer and checker in each of
the following fields are necessary with at least one in each field
professionally registered: Architecture, Civil Engineering, Structural
Engineering, Mechanical Engineering, Electrical Engineering, Sanitary
Engineering, Land Surveying and Industrial Hygiene. Expertise in
Hydraulics, Geotech, Hazardous Material Inspection and Abatement
Methods, Fire Protection, Life Safety Codes, Geology and Hydrology is
required. 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 management 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
Accreditation 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 submitals must be in accurately translated Intergraph
Microstation format unless otherwise specified. 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 specialized experience
of the design group are necessary. Other available personnel may be
specified in paragraph 10 of SF255. c. Capacity to complete the work in
the required time. d. Past performance on DOD and other contracts with
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. 4. SUBMITTAL REQUIREMENTS: a. See Note 24 for
genera 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. (352) Loren Data Corp. http://www.ld.com (SYN# 0014 19951219\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|