|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1996 PSA#1599US 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 -- UP TO THREE INDEFINITE DELIVERY CONTRACTS (IDC'S) FOR
MULTIDISCIPLINE DESIGN SERVICES FOR (PRIMARILY ARCHITECTURAL) PROJECTS
ASSIGNED TO THE FORT WORTH DISTRICT SOL DACA63-96-R-0021 DUE 061796
POC Contact: Sharon McLellan (817) 334-3939 (Site Code DACA63) 1.
CONTRACT INFORMATION: The work may involve Design, Drafting, Planning,
Studies and Site Investigations associated with this type of project.
All work must be done by or under the direct supervision of licensed
professional Engineers or Architects. Estimated A-E Fee Including
Option: $1,500,000.00 maximum ($750,000.00 basic; $750,000.00 option),
with a maximum Delivery Order amount of $150,000.00. The base and
option period amounts may be increased to $1,000,000.00 each, with
delivery order limits of $200,000.00 upon enactment of anticipated new
limits. If a large business firm is selected for this announcement, it
must comply with the FAR 52.219-9 clause regarding the requirement for
a subcontracting plan. The Fort Worth districts goal on work to be
subcontracted is that a minimum of 52.5% of the Contractor's total
intended subcontract amount be placed as follows: 8.8% be placed with
Small Disadvantaged Businesses (SDB); 5.5% be placed with Historically
Black Colleges and Universities/ Minority Institutions (HBCU/MI); 3%
be placed with Women Owned Small Businesses (WOB); and the remaining
35.2% be placed with Small Businesses (SB) for a total of 52.5%. The
plan is not required as part of this submittal. The first IDC is
expected to be awarded on or about October 1996. The second and third
IDC may be awarded at a later date. Each contract will be for a base
period, not to exceed one year, and one option period, not to exceed
one year. The work will be allocated, by issuance of individual
delivery orders, among the three selected firms by Specialized
Experience, Equitable Distribution of Work, and Location of the Firm,
in that order. The proposed services will be obtained by Negotiated
Fixed Price Contract. Projects outside the primary area of
responsibility may be added at the Governments discretion upon
agreement of the selected firm. Option perods will be exercised at the
governments discretion. Pursuant to the Federal Information Resources
Management Regulation (FIRMR), Section 201-39.5202-3, this acquisition
is not being conducted under the FIRMR; however, any modifications
requiring Federal Information Processing (FIP) resources will be
conducted under specific agency delegation of GSAs exclusive
procurement authority for FIP resources. The specific GSA DPA case
number is KAA-95-AD-012. 2. PROJECT INFORMATION: The work may involve
Design, Drafting, Planning, Studies and Site Investigations associated
with an Indefinite Delivery Contract for projects which are primarily
of a Architectural nature. Projects are expected to be for
maintenance, repair or alterations to existing facilities and/or small
new construction. Work may also include designs/studies for value
engineering, landscaping, interior design, environmental or EPA
considerations. Projects may be required to be designed using metric
system. Services during a project's construction phase may also be
required. 3. SELECTION CRITERIA: See CBD Note No. 24 (Monday issue) for
general description of selection process. Selection criteria in
descending order of importance are as follows: (a) Professional
Qualifications: This type of Indefinite Delivery Contract will require,
(either in-house or through consultant) as a minimum, the following:
Three Architects, one Landscape Architect, one Interior Designer, two
Electrical, two Mechanical, two Civil and two Structural Engineers. The
firm must have the capability to accomplish Value Engineering, Cost
Estimating, Specification Writing, Surveying, Construction Inspection,
Environmental Design/Remediation Expertise, lab testing and designing
to Fire Protection/Life Safety codes. (b) Specialized Experience and
Technical Competence: (1) The selected team must demonstrate extensive
experience in the design of: New construction repair, renovation or
alteration of existing facilities and infrastructures, paying
particular attentions to area architecture and conditions, utility
systems, landscaping, interior design, and value engineering. (2) Firms
must show experience in designing historical building renovations and
additions. (3) Firms must show experience in evaluating contractor's
submittals and construction surveillance. (4) Firms must have at least
two year's experience in Fire Protection/Life Safety Design and be
familiar with the use and application of NFPA codes 80 and 101 and
MIL-HDBK-1008B. Demonstrate experience in working with a testing
laboratory to design for water quality, removal of friable asbestos and
remediation of lead-based paint hazards and underground toxic
substances. (c) Firms must show adequate team capacity to design three
DO's concurrently meeting all schedules. (d) Firms must demonstrate
past performance with respect to cost control, quality of work, and
compliance with performance schedules. (e) Geographical Location: Firms
must show familiarity with the Texas, New Mexico and Louisiana areas
and their applicable architecture. Firms must address fast response
capabilities. (f) Firms must demonstrate the capability to prepare
specifications and construction cost estimates on IBM compatible
equipment. Construction cost estimates will be prepared using our PC
based computer Aided Cost Estimating System (M-CACES) (Software will be
provided). Firms will be required to submit drawings in either Auto
CADD or Intergraph and must show that capability. (g) Extent of
participation of SB, SDB, WOB, and HBCU/MI in the proposed contract
team, measured as a percentage of the total estimated effort. 4.
SUBMITTAL REQUIREMENT: (a) See Note No. 24 for general submission
requirements. Interested firms, to be considered, 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 or by the
date noted above, whichever is latest. 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. (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 under SIC Code 8711, which covers
this announcement, a firm's average annual receipts or sales for the
preceding three fiscal years, must not exceed $2.5 million. (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
of the SF 255, insert the number of personnel proposed for the
contracts (not necessarily total capacity), Consultants as (A) and
in-house as (B). (f) In Block No. 6 of the SF 255, identify the
discipline/service to be supplied by each consultant. Provide brief
resumes of the on-staff or consultant employees you intend to use to
perform the work in the anticipated design time and the type of
projects they will perform in Block No. 7 of your SF 255. Block No. 7
may be repeated as needed to identify all the major disciplines and key
team members. Selection will be based on the total team members
presented in your SF 255, primarily in Block No. 4. Resumes must be
submitted for all personnel listed in Block No. 4 to meet the minimums
stated in 3a. (g) In Block No 10 of the SF 255, include a draft Design
Quality Control (DQC) Plan. It should include a brief presentation of
internal controls and procedures that you use to ensure that a quality
design is produced. (h) In Block No. 10 of the SF 255, show last 12
month's DOD awards. (i) Block No. 10 will be limited to ten pages
maximum. (j) Personal visits to discuss this project will not be
scheduled. (k) Solicitation packages are not provided for A-E
contracts. This is not a request for proposal (see Note No. 24).(0138) Loren Data Corp. http://www.ld.com (SYN# 0017 19960520\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|