|
COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1996 PSA#1586U.S. Army Engineer District, Alaska, ATTN: CENPA-EN, P.O. Box 898,
Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets,
Building 21-700 (Rm 250), Elmendorf AFB, AK 99506-0898) C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR
CIVIL/STRUCTURAL DESIGN, VARIOUS LOCATIONS, ALASKA SOL DACA85-96-R-0016
POC Administrative Inquiries: Ms. Michelle Mandel, 907/753-5633 or
Technical Inquiries: Mr. Hal West, 907/753-5600, Contracting Officer:
Ms. Gail West 1. CONTRACT INFORMATION: This announcement is open to all
businesses regardless of size. If a large business is selected for this
contract, it must comply with FAR 52.219-9 regarding the requirement
for a subcontracting plan for that part of thework it intends to
subcontract. The subcontracting goals for this contract are a minimum
of 60.3% of the contractor's intended subcontract amount be placed with
small businesses and 9.8% of that to small, disadvantaged businesses.
The subcontractingplan is not required with this submittal. All
responders are advised that this project may be canceled or revised at
any time during the solicitation, selection, evaluation, negotiation
and final award. The contract shall be an indefinite delivery firmfixed
price. The limit for each delivery order shall be $150,000.00 with a
contract limit of $750,000.00 for a 1 year period. The contract may
include an option for an additional year and an additional $750,000.00.
More than one AE firm may bected. Contract award is anticipated for Jul
96. 2. PROJECT INFORMATION: The AE selected would be required to have
sufficient staff, flexibility, and capability to be available on an
as-needed basis. Typical types of services to be provided aredesign of
new structures, the renovation of existing structures, conduct site
visits, seismic analysis and evaluation of existing buildings (analysis
in accordance with FEMA 178-NEHRP Handbook for the Seismic Evaluation
of Existing Buildings, andapplicable TMS), wind, snow and seismic
loads, prepare evaluation reports, site layout, area grading, parking
lot and road design, and water and sewer service design (utilidor or
direct bury). Arctic design experience is required either in-house
orprovided by a subcontractor. The firm must demonstrate ability to
provide CADD formatted drawings and use MCACES-Gold (estimating system)
for all projects and in addition use the Automated Review Management
system (ARMS) via modem for Army projects.MCACES-Gold and ARMS programs
shall be furnished by the Government (Hardware required for ARMS: IBM
compatible, 486 computer and a 20MB hard drive with 640K memory.)
LOCATION: Various Locations, Alaska. 3. SELECTION CRITERIA: The
followingselection criteria headings are listed in descending order of
importance: (A) professional personnel in the following disciplines:
(weighted equally) (1) minimum in-house requirements are 2 registered
civil/structural engineers each with 5 yearspost-graduate experience;
(2) disciplines which may be subcontracted: architectural, mechanical,
electrical, and specification writer, estimator, and asbestos/HTRW.
Responding firms MUST address each discipline, clearly indicate which
shall besubcontracted, and provide a separate SF254 and SF255 for each
subcontractor necessary. The contractor shall employ, for the purpose
of performing that portion of the contract work in the State of
Alaska, individuals who are residents of the State, andwho, in the case
of any craft or trade, possess or would be able to acquire promptly the
necessary skills to perform the contract. (B) specialized experience
and technical competence in: (1) general civil design relating to
building siting and layout,and (2) structural requirements and seismic
experience; (C) location of the firm in general geographical area of
the projects and knowledge of locality: availability of AE staff to
meet frequently with Corps personnel in the Alaska District Corps
ofEngineers' office in Anchorage and ability to mobilize staff to
Alaskan project sites on relatively short notice; (D) capacity to
maintain schedules and accomplish required work on three simultaneous
delivery orders; (E) past performance on DOD andother contracts with
respect to cost control, quality of work, and compliance with
schedules; (F) volume of DOD contract awards in the last 12 months as
described in Note 24; and (G) extent of participation of SB, SDB,
historically black colleges anduniversities, and minority institutions
in the proposed contract team, measured as a percentage of the
estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 255s
(1 copy only) should include: (1) organization of proposed project
team, (2)responsibilities and authority of key project personnel, (3)
relationship of project team to overall organization of the firm, (4)
a quality control plan, and (5) in block 8c of the SF 255 include a POC
and phone number. The 11/92 edition of the formsMUST be used, and may
be obtained from the Government Printing Office, by calling the
administrative contact named above, or from commercial software
suppliers for use with personal computers and laser printers.
Submittals must be received at theaddress indicated above not later
than COB (4:00 pm Alaska time) on the 30th day from the date of this
announcement. If the 30th day is a Saturday, Sunday, or Federal
holiday, the deadline is the close of business of the next business
day. Anysubmittals received after this date cannot be considered. No
additional information shall be provided, and no faxed submittals shall
be accepted. Solicitation packages are not provided.(0121) Loren Data Corp. http://www.ld.com (SYN# 0024 19960501\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|