Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1996 PSA#1599

US 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