|
COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1996 PSA#1588US ARMY CORPS OF ENGINEERS FT WORTH DIST, 819 TAYLOR STREET, ROOM 6A18,
P O BOX 17300 ATTN CESWF-ED-MC, FORT WORTH TX 76102-0300 C -- POTENTIAL FIXED PRICE CONTRACTS FOR A-E SERVCS IN DESIGN OF
BARRACKS/DORMITORY PROJECTS, PRIMARILY IN THE FT WORTH DISTRICT AREA OF
RESPONSIBILITY (PRIMARILY LA, NM AND TX) SOL DACA63-96-R-0022 DUE
060596 POC Contact: Jerrell Freeman, (817/334-2262) (Site Code DACA63)
1. CONTRACT INFORM~ATION: The work anticipated will involve design,
drafting, planning, studies and site investigation associated with this
type of project. All work must be done by or under the direct
supervision of licensed professional Engineers or Architects. The
intent of this announcement is to gather responses from firms
interested in performing this type of work primarily for the Fort Worth
District. No known requirement, design directive or funds currently
exist for these projects. When a project of this type is identified,
the government will select a firm from this list. This list of firms
will be used for this type of project through 30 June 1997. The
estimated maximum amount per contract is $1,500,000.00. No firm may
receive more than one contract from this announcement. If a large
business firm is selected for a contract under this announcement and
the contract amount exceeds $500,000.00 it must comply with the FAR
clause 52.219-9 requirement for a SB/SDB subcontracting plan. The Fort
Worth District goal on work to be subcontracted is that a minimum of
52.5% of the contractor's total intended subcontract amount be placed
with Small Businesses (SB). The goal further states that of the 52.5%,
8.8% will be placed with Small Disadvantaged Businesses (SDB), 5.5%
with Historical Black Colleges or Minority Institutions, 3.0% with
Women Owned Small Businesses (WOB) and the remaining 35.2% will be
placed with Small Businesses (SB) for a total of 52.5%. The plan is not
required as part of this submittal. Projects outside the Fort Worth
District's primary area of responsibility may be added at the
Government's discretion upon agreement of the selected firm. Pursuant
to the Federal Information Resources Management Regulation (FIRMR),
Section 201-39.5202-3, this acquisition is not being conducted under
the FIRMR; however, and modifications requiring Federal Information
Processing (FIP) resources will be conducted under specific agency
delegation of GSA's exclusive procurement authority for FIP resources.
The specific GSA DPA case number is KAA-95-AD-012. 2. PROJECT
INFORMATION: Projects could consist of complete design of a new
barracks/ dormitory complex, a site-adapt using standard designs, or a
rehab/modernization of existing facilities. Projects could include a
multi-story housing facility complete with day rooms, recreation areas,
dining facilities, site improvements including landscaping, parking
areas and sidewalks. These projects could also require design for
utility requirements and removal/disposal of asbestos/lead-based paint
materials. Projects may be required to be designed using the metric
system. Services during a project's construction phase, such as shop
drawing review or construction surveillance may also be required. 3.
SELECTION CRITERIA: See CBD Note No. 24 (Monday edition) for general
description of the selection process. Selection criteria in descending
order of importance are: (a) Specialized experience and technical
competence in the following: (1) Recent experience in the design of new
barracks/ dormitory type facilities as described above. (2) Recent
experience in Design of Rehabilitation/ Alteration of
barracks/dormitory type facilities as described above. (3) Life safety
design and functional relationships for this type project. (4)
Adapting standard design packages to specific sites. (5) Developing and
presenting improvements or innovations to existing standards. (b)
Professional Qualifications: (1) Expertise in the disciplines of
Architecture and Civil, Electrical, Mechanical and Structural
Engineering. Resumes for a minimum of three Architects and two each of
the other major disciplines must be submitted. The proposed personnel
can be either in-house or by consultants. (2) Personnel experienced in
Construction Cost Estimating, Interior Design, Landscape Architecture,
Life Safety/Fire Protection Design, and Handicapped Accessibility
Design. (c) The team presented must be capable of designing a project
with an estimated construction cost of $5,000,000.00 within a 6 month
period. (d) Demonstrated past performance with respect to cost control,
quality of work and compliance with performance schedules. (e)
Preparation of construction cost estimates and specifications using IBM
compatible equipment. MCACES software will be provided. Preparation of
designs using Auto-CADD or Intergraph compatible equipment. (f) Extent
of participation of SB, SDB, WOB, historically black colleges and
universities and minority institutions in the proposed contract team,
measured as a percentage of the estimated effort. (g) Amount of DOD
awards for the last 12 months as described in Note No. 24. 4. SUBMITTAL
REQUIREMENT: (a) See Note No. 24 for general submission requirements.
To be considered interested firms must provide one submittal package,
including an original SF 254 and SF 255, no later than 4:30 p.m. on the
30th day after the date of this announcement. The 11/92 version of the
forms must be used. If the 30th day is a Saturday, Sunday or Federal
Holiday, the deadline is 4:30 p.m. of the next business day. If this
due date conflicts with the above listed date, the latest of these
dates will be the due date. (b) Responding firms must submit a current
and accurate SF 254 for themselves and each proposed consultant. It
must be provided for the specific office proposed to do the work.
Indicate in Block No. 4 of SF 254 if your firm is a Large, Small, Small
and Disadvantaged or Woman-Owned Business. To be classified as a small
business, a firm's average annual receipts or sales for the preceding
three fiscal years, must not exceed $2.5 million. SIC codes 8711 and
8712 apply. (c) Submit only one SF 255, completed in accordance with
the instructions. It must contain information in sufficient detail to
identify the team (prime and consultants) proposed for the contract.
(d) Include CBD announcement number in Block NO. 2b of the SF 255. (e)
In Block No. 4 insert only the number of personnel proposed for the
project (not necessarily your total capacity). Consultants as (A), and
in-house personnel as (B). (f) In Block No. 6 of the SF 255, identify
the discipline/ service to be supplied by each consultant. (g) Provide
brief resumes of the on-staff or consultant employees you intend to use
to perform the work and the project assignment they will perform in
Block No. 7 of your SF 255. Block No. 7 may be repeated as needed to
identify all the major discipline and key team members. Selection will
be based on the total team members presented in your SF 255, primarily
Block No. 7. (h) In Block No. 10 of your SF 255 include a draft design
quality control (DQC) plan. It should include a brief presentation of
your internal controls and procedures that you use to ensure that a
quality design is produced. (i) Solicitation packages are not provided
for A-E contracts. This is not a request for proposal.(0123) Loren Data Corp. http://www.ld.com (SYN# 0025 19960503\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|