Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1996 PSA#1521

U. S. Army Engineer District, Norfolk, ATTN: CENAO-EN, 803 Front Street, Norfolk, Virginia 23510-1096

C -- INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES FOR PREPARATION OF PLANS AND SPECIFICATIONS FOR HISTORIC PRESERVATION AND RENEWAL OF FAMILY QUARTERS AT MILITARY DISTRICT OF WASHINGTON 1. CONTRACT INFORMATION: A-E services are required for field investigations, topographic survey, concept and final design including preparation of plans, specifications, cost estimates and analyses for historic preservation and whole house renenwal. Also required are review of shop drawings, preparation of as-built drawings and site visits during construction. These services are procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. An indefinite delivery contract (IDC) will be negotiated and awarded for a twelve-month performance period to include an option for three additional twelve-month performance periods. The cumulative value of all delivery orders will not exceed $350,000 per year, and no one delivery order will exceed $100,000. Each delivery order will be a lump sum, firm fixed-price order. The contract is anticipated to be awarded in April 1996. This announcement is open to all business, regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9, and a Small and Small Disadvantaged Business subcontracting plan will be required. 2. PROJECT INFORMATION: The project consists of study and determination of the extent of historic preservation and whole house renewal work required (maintenance and repair and may include some incidental improvements) along with the requirement to preserve the interior and exterior, including landscaping, of family quarters according to the Historic Family Quarters Stewardship Standards. Design shall incorporate the criteria and contents of the Family Quarters Historic Preservation Plan and the Military District of Washington Historic Quarters Component Guidebook. Design shall take into consideration modern day conveniences, appliances and amenities conducive to current living standards and expectations. The work may involve design for cleanup, removal, and/or abatement of hazardous/toxic materials, including but not limited to asbestos. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f and g are secondary and will only be used as ''tie-breakers'' among technically equal firms. a. Specialized experience and technical competence: (1) Demonstrated experience by the prime firm and its consultants in the preparation of plans and specifications of architectural renovation, historic preservation and renewal of military family housing. (2) Demonstrated experience by key members of the project team in military family housing, preparation of DD Form 1391, and presentation of briefings to military command groups and historical organizations. (3) Familiarity with projects location. (4) Computer Resouurces - firms must indicate in Block 10 of the SF 255 the following items: (a) accessibility to and familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specification system, the MCACES estimating system, and the ARMS review management system; (b) demonstrated CADD capability with capacity to produce output files in ''.DXF'' or ''.DWG'' file format; (c) access to a Hayes compatible modem 2400 baud or better. b. Professional qualifications: (1) The design team must possess experienced, registered personnel in the ARCHITECTURE, MECHANICAL ENGINEERING, ELECTRICAL ENGINEERING, STRUCTURAL ENGINEERING, CIVIL ENGINEERING, LANDSCAPE ARCHITECTURE and LAND SURVEYING disciplines. (2) An INDUSTRIAL HYGIENIST (either in-house or by use of consultants) with a current certificate in comprehensive practice from ABIH is required and copy of his/her American Board of Industrial Hygiene Certificate must be included in Block 10 of the SF 255. (3) A qualified INTERIOR DESIGNER shall be part of the design team. Qualified means a degree in Architecture or Interior Design with demonstrated experience in space planning, color and finish selection and furnishing selection and specification. c. Capacity to accomplish the work in the required time: Firms must demonstrate ability of the design team to complete the project as scheduled. d. Past performance on DOD and other contracts: (1) ACASS evaluations (superior performance evaluations on recently completed projects is advantageous); (2) Letters of evaluation/recognition by other clients; (3) Cost control and estimating performance as a percentage deviation between the final estimate and low bid on similar TYPE and SIZE projects; (4) On-time delivery of designs for DOD and similar projects. e. Geographic location and knowledge of the locality as described in Note 24. f. Volume of DOD contract awards in the last 12 months. Equitable distrbution of contracts among qualified A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DOD contracts will only be considered when used as a ''tie-breaker.'' Considerations may include: (1) ACASS retrievals; (2) Current workload as listed in Block 9 of the SF 255; and (3) Equitable distribution of work among A-E firms (including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DOD contracts) will only be considered when used as a ''tie-breaker.'' g. Location in the general geographic area of the project, is desirable, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 255 for the design team and single copies of current SF 254 for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. For the purpose of this notice, day number one is the day following the date of publication. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business of the next business day. The SF 255 must include the following: a. Firms with more than one office - (1) Block 4: distinguish, by discipline, between the number of personnel in the office to perform the work and total number of personnel in the firm; (2) Block 7c: each key person's office location; b. Block 3: prime firm's ACASS number and distance (in terms of POV driving miles) from project sites; c. Block 7f: registrations must include the year, discipline and state in which registered; d. Block 8b: include a descriptive project snyopsis of major items of work; e. Block 9. Indicate fee in terms of thousands of dollars, not percentage of work completed. f. An organizational chart including all key elements of the design team demonstrating the firm's understanding of and ability to execute projects under the contract. The revised 11/92 edition of the SF 255 (NSN 7450-01-152-8074) and SF 254 (NSN 7540-01-152-8073) is required. Forms may be obtained through GPO at (202)783-3238. Submittals by facsimile transmission will not be accepted and will be considered nonresponsive. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED. (0029)

Loren Data Corp. http://www.ld.com (SYN# 0016 19960130\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page