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