Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1996 PSA#1586

Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

C -- INDEF DEL TYPE (MULTI DISCI) CONTRACT, FOR THE FT MYER MILITARY COMMUNITY, FT MYER, VA, BUT MAY BE USED THROUGHOUT THE BALTIMORE DISTRICT SOL DACA31-96-R-0044 POC Mary P. Cunningham 410-962-3953 1. CONTRACT INFORMATION: Architect Engineer (A-E) Services are required for one Indefinite Delivery-Type (Multi Discipline) contract for use by the Fort Myer Military Community, Fort Myer, Va., but may be used throughout the Baltimore District. Contract will be for a 12 month period and will contain an option to extend for 12 additional months. Cumulative total of this contract shall not exceed $750,000.00. Individual delivery order shall not exceed $150,000.00. Contract will be firm fixed price. Subcontracting Plan Requirements: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, pl 95-507, and 99-661. A minimum of 25% of the total planned subcontracting dollars shall be placed with small business concerns. At least 8% of total planned subcontracting dollars shall be placed with small disadvantaged businesses, including Historically black colleges and universities or minority institutions, and at least 5 percent with Women-Owned Businesses (WOB). The plan is not required with this submittal. 2. PROJECT INFORMATION: Work may consist of preparation of reports, studies, design criteria, budget estimates; construction estimates, design for construction projects, writing specifications (technical and administrative), unseen site/project conditions design during construction, and minor construction. 3. SELECTION CRITERION: See Note 24 for general A-E selection process. The lead A-E firm should have the capabilities either in house or through the use of the subcontractors to provide the following: Architectural, mechanical, electrical, civil, structural, geotechnical and HTRW capabilities, the A-E firm selected should demonstrate environmental; structural; sanitary; landscape design; cost estimating; interior design; topographic surveying; drafting; PDB preparation; 1391 preparation; economic analysis, utilization of Econ-Pak; sampling, lab testing and remediation of contaminates/waste; CADD capabilities; historical restoration experience; NCPC, CFA and SHPO experience; RPMA experience; metric capability, Corps of Engineers Experience, familiarity with the AEI, CCD, MCACES and Title 2 inspection services. 4. SUBMISSION REQUIREMENTS: Interested firm having the capabilities to perform this work must submit an SF 233 AND 254. A SF 255 must be submitted for prime/joint venture. SF 254's must be submitted for prime, all firms involved in joint venture and for each consultant. SF 254's are not maintained in the Baltimore District. Responses to this announcement received within 30 days from the date of this issue will be considered for selection. In SF 255, Block 3b, provide the firm's ACASS number. In SF 255, Block 6, provide ACASS numbers for each consultant. For ACASS information, call 503-326-3459. Solicitation packages are not provided. Street address: City Crescent Building, ATTN: Mary P. Cunningham, Room 7000, 10 South Howard Street, Baltimore, MD 21201. This is not a request for proposal. (0121)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960501\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page