Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,1996 PSA#1527

Directorate of Public Works, Engineering, Plans and Services Division, Attn: Robert Winne, 1816 Shop Road, Fort Lee, VA 23801-1604

C -- A-E DESIGN SERVICES FOR VARIOUS CONSTRUCTION PROJECTS FOR THE DIRECTORATE OF PUBLIC WORKS, FORT LEE, VIRGINIA POC: Robert Winne, (804) 734-5150. A-E Services for the design and preparation of plans, specifications and cost estimates for various construction projects, as needed for the Directorate of Public Works, Fort Lee, Virginia. Solicitation # - DABT59-96-R-0007. The Fort Lee DPW will also support projects as needed for Fort Eustis and For Monroe, Virginia. CONTRACT INFORMATION: The design services that may be required will consist of but not limited to one or more of the following: Designs for new structures, Designs and/or Studies for various repairs, alterations and/or improvements to existing facilities, and Feasibility Studies. Services may involve the design for clean-up, removal, and /or abatement of asbestos and hazardous/toxic materials. An Indefinite Delivery Contract (IDC) will be negotiated and awarded for a period of one (1) year plus one (1) Option year. Delivery Orders for both the base year and option year shall not exceed $750,000.00 per year, with no one Delivery Order exceeding $150,000.00. The cumulative total of all Delivery Orders for both the base and option year shall not exceed $1,500,000.00. The contract is anticipated to be awarded in the June/July 1996 timeframe. This announcement is being solicited on an unrestricted basis. Should a large business be selected for this contract, it shall comply with FAR 52.219-9, ``Small Business and Small Disadvantaged Business Subcontracting Plan'', for that portion of work it intends to subcontract. This plan is not required with this submittal, but must be approved prior to award to any large business. For informational purposes, the small business size standard is $2.5 million in annual average gross revenues for the last three (3) fiscal years. ****SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E & F are secondary and will be used as ``tie-breakers'' among technically equal firms. ****A. PROFESSIONAL QUALIFICATIONS: The design team must possess registered personnel with experience in the following disciples; Architectural, Structural, Mechanical, Electrical, Civil, Land Surveying, Geotechnical and Environmental. In addition, a Certified Industrial Hygienist must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate must be included in Block 10 of the SF 255. The Project Team Management, including team organization and proposed method of carrying out the work to meet the specific project requirements and schedules must be addressed. ****B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address experience of the design team by providing examples of projects in a wide variety of multi-discipline design projects and studies. Firms must indicate in Block 10 of the SF 255 their Computer resources on the following items; (1) Accessibility to and familiarly with the Construction Criteria Base (CCB) System. This shall include as a minimum: (2 & 3) SPECSINTACT Specification System and MCACES Estimating System, (with ability to produce and provide in ASCII format; (4) ARMS Automated Review Management System; (5) Must possess and demonstrate in-house AutoCAD capability, version(s) 12 and/or 13 (with capacity to produce output files in ``.dxf'' or .dwg'' file format); (6) Access to a 14.4 Kbps modem or better. ****C. CAPACITY TO ACCOMPLISH WORK. Firms must demonstrate the ability of the design team to complete projects within mandatory time frames as specified, including multiple Delivery Orders. Provide examples of both in Block 10 of the SF 255. ****D. PAST PERFORMANCE. Provide examples of project specific work with the Department of Defense (DoD) and other Government Agencies and/or private industry. Provide any recent ACASS Evaluations, (Excellent performance evaluations on projects that have recently been completed will be considered). Provide letters of evaluations and/or recognition by other clients. Provide examples of cost control and estimating performance. ****E. LOCATION. Location of the firm within the general geographical area of the proposed requirement(s). ****F. VOLUME OF WORK. Provide the volume (design dollar value) of DoD and other Government Agency contracts awarded in the past 12 months. Considerations may include ACASS retrievals, current workload as listed in Block 9 of the SF 255, and equitable distribution of work among A-E firms. SUBMISSION REQUIREMENTS: This is NOT a Request for Proposal(s) (RFP). All requirements of this announcement MUST be met for a firm to be considered responsive. Interested firms having the capabilities to perform the anticipated work must submit an original SF 255 for the Firms Design Team and a current SF 254 for the Prime Firm and for all consultants as listed in Block 6 of the Prime Firm's SF 255 to the address as stated above. The following is additional information requested. The SF 254 must include the following: (1) BLOCK 7: Firms with more than one office. Provide addresses, telephone numbers and number of personnel at each office. (2) Block 7a: Total Personnel. The SF 255 must include the following: (1) BLOCK 3: The Prime Firm's ACASS ID number, CEC (Contractor Establishment Code) and/or DUNS number for the firm's address as listed in Block 3. (2) BLOCK 4: distinguish by discipline the number of personnel in the Prime's office (line B), and all consultants (line A), to perform the work and the total number of personnel for each line; (2) BLOCK 7c: Each key person's office address, including telephone and FAX number if different than as stated in block 3a of the SF 265 or block 1 of the SF 254; (3) BLOCK 7f: Registrations must include the year and discipline; (4) BLOCK 8: Descriptive project synopsis which best illustrates the prime's qualifications relevant to this project; (5) An organizational chart including all key personnel (Prime and Consultants). Supplemental information, such as cover letters will not be taken into considerations. The complete Package must be received at the address indicated above by 2:00 pm on Friday, March 8, 1996. No exceptions. Submittals received by FAX will not be accepted and considered nonresponsive. Prior to the final selection, firms considered Most Highly Qualified to accomplish the work may be interviewed by telephone or by formal presentation. For additional submission information, see numbered Note 24. (036)

Loren Data Corp. http://www.ld.com (SYN# 0016 19960207\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page