Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 29,1996 PSA#1583

U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402

C -- TWO IDT CONTRACTS FOR MISCELLANEOUS A-E SERVICES - FORT MCPHERSON, GEORGIA SOL DACA21 POC James Mathis - 404/752-2207. 1. CONTRACT INFORMATION: Directorate of Public Works at Fort McPherson, GA requires the services of Architect-Engineer firms for two Multidiscipline Indefinite Delivery Type (IDT) contracts. The contracts will be for a one year period with a maximum of $750,000 limit for a basic year and a one year option with a maximum of $750,000 limit per year. Delivery orders will be limited to a maximum of $150,000. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, and small disadvantaged business on SF 255. If selected, the large business offeror will be required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% TO SMALL BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS), 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontractng must convey their intent to meet the minimum subcontractor goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, please contact Ms. Ophelia Kendricks, Contract Specialist, at 912/652-5072. **** 2. PROJECT INFORMATION: Delivery orders to be issued under these contracts may include design of NEW facilities AND O&M projects related to additions and alterations to historically significant buildings, road, drainage and utility systems, engineering studies, master planning, topographic surveying to support designs, lead based paint and asbestos sampling/analysis/abatement design, and air monitoring during the abatement/construction process, shop drawing review, construction phase services and preparation of O&M manuals. Firms must indicate in Block 10 the type of CADD system they employ and if their system is not Intergraph identify how they would translate drawing files to Intergraph and describe previous translation experience. **** 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-g are secondary and will be used only as ''tie-breakers'' among technically equal firms. **** a. Specialized experience and technical competence in: (1) Design of new buildings, roads, drainage and utility systems. (2) Design of additions and alterations of historically significant buildings. (3) Engineering studies, project and master planning. (4) Topographic surveying. (5) Lead based paint and asbestos sampling/analysis/abatement, design and air monitoring during abatement/construction process. (6) Shop drawing review, construction phase services and preparation of O&M manuals. (7) Producing CADD drawings and translation experience. **** b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. **** c. Capacity to accomplish multiple simultaneous delivery orders and provide staff in the following disciplines: historic architect, master planner, architect, civil, structural, mechanical, fire protection and electrical engineers, industrial hygienists, and topographic surveyors. These disciplines must be shown in Block 4 of SF 255. Please disregard the ''to be utilized'' statement at Block 4 of SF 255 and show the total strength of each discipline. **** d. Professional qualifications of key management and professional staff members. The design team must include a Registered Fire Protection Engineer whose principle duties are fire protection engineering or a Registered Architect or Registered Engineer who is a full member in good standing of the Society of Fire Protection Engineers (SFPE). The historic architect must have significant historic preservation project experience. **** e. Knowledge of locality as it pertains to geological features, environmental and climatic conditions and local construction methods used in the general geographic area of Fort McPherson, GA. **** f. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. **** g. Volume of DoD contract awards in the last 12 months as described in Note 24. **** 4. SUBMISSION REQUIREMENTS: Firms that responded to the Savannah District Annual IDT Announcement must also respond to this announcement for consideration. Firms desiring consideration shall submit ONE (1) copy of SF 255 (11/92 VERSION ONLY WILL BE ACCEPTED) for prime and ONE (1) copy of SF 254 for prime and each consultant to the above address no later than 20 May 1996 to be considered for this selection. Include the prime's ACASS number in Block 3b of SF 255. For ACASS information call 503/326-3459. NO FAXED SUBMITTALS WILL BE ACCEPTED. Cover letters and extraneous material (Brochures, etc.) ARE NOT desired and WILL NOT be considered. Firms selected will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. **** PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. **** PERSONAL VISITS for the purpose of discussing this announcment WILL NOT BE SCHEDULED. **** THIS IS NOT A REQUEST FOR A PROPOSAL. (0116)

Loren Data Corp. http://www.ld.com (SYN# 0034 19960426\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page