Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1996 PSA#1600

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 CONTRS (IDC'S) FOR AE SERVICES PRIMARILY FOR CIV, STRUCTURAL, HAZARDOUS TOXIC RADIOLOGICAL WASTE ENVIRONMENTAL SRVCS FOR MIS MILITARY & CIVIL PROJS TO FTWD SOL DACA63-96-R-0034 DUE 061896 POC Contact: Sharon McLellan, (817/334-3939) (Site Code DACA63) 1. CONTRACT INFORMATION: Three Indefinite Delivery Contracts (IDC's) may be awarded, consecutively, under this announcement. They will be for Design, Drafting, Planning, Studies and Site Investigation associated with projects of a general Engineering and Environmental nature and may include projects with natural and cultural resource considerations. However, the intended work will be primarily for Civil, Structural Engineering with HTRW and Environmental Studies, Management Plans and the Design of Required Remediation capabilities. All work must be done by, or under the direct supervision of registered professional Architects or Engineers. 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 $2,000,000.00 ($1,000,000.00 basic; $1,000,000.00 option), with a Delivery Order limit of $200,000.00 upon enactment of anticipated new limits. 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. If a large Business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirements for a subcontracting plan. The Fort Worth district's 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); 3% 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. 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. Option periods will be exercised at the Government's 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 GSA's 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 Investigation for rehab or alteration of existing facilities or small new construction. Additional work may require Sampling, Testing, Reporting, Surveys, Studies, Management Plans, Environmental Permit preparation and other work necessary for the development of any Plans and Specifications, developing work plans and preparing reports and studies for the required remediation efforts for the material encountered. Materials and sites to be investigated may contain Asbestos, Lead Based Paint, CFC's, PCB's, Radiological Waste, UST's, or any other related HTRW/Environmental Material on potentially contaminated sites. Work may also include similar efforts relating to the Resource Conservation and Recovery Act (RCRA). Some work may require attending public meetings, and coordinating with Federal, State and Local regulatory agencies. Design by using the metric system may be required. Services during construction activities may also be required. 3. SELECTION CRITERIA: See CBD Note No. 24 (Monday Edition) for a general description of the selection process. Selection Criteria in descending order of importance are as follows: (a) Specialized Experience and Technical Competence: (1) The selected team must demonstrate extensive recent experience in the design of repair, renovation or alteration of existing facilities and infrastructures and small new construction. (2) Firms must show experience in evaluating contractor's submittals and construction surveillance. (3) Firms must have at least two years 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. (4) Firms must show experience in managing and executing of large, broadly scoped environmental projects. (5) The team must demonstrate recent experience in cultural and natural resource projects, including analyzing environmental impacts of proposed actions. (6) The team must demonstrate ability to develop site characterization to determine the nature and extent of contamination based on data gathered from drilling, sampling, surveying and testing. (7) The team must demonstrate the ability to accomplish environmental report development, environmental permit development and environmental plan development in accordance with Title 40 CFR, and State and local regulations. (8) The team must have experience in civil/structural design and environmental projects in Texas, Louisiana and New Mexico. (9) The team must be familiar with environmental chemical testing and methodologies and QA/QC oversight. (10) The team must show ability to utilize Geographic Information Systems (GIS) technology. (11) The team must be knowledgeable in all applicable Federal, State and Local laws and codes relating to Environmental requirements and HTRW materials and sites. (b) Professional Qualifications: This type of Indefinite Delivery Contract will require, (either in-house or through consultant) as a minimum, the following: Three Civil and three Structural Engineers, two Architects, two Mechanical, two Electrical Engineers, two Environmentalist, Geology, Environmental Science, Archeology, Chemistry, Certified Industrial Hygienist, Environmental Design/Remediation, Association with an accredited Laboratory, Air Testing, Life Safety Design including OSHA requirements, Cost Estimating, Survey and Construction Management. (c) The team must show adequate capacity to work at least three delivery orders at the same time. (d) The team must demonstrate satisfactory past performance with respect to cost control, quality of work and compliance with performance schedules. (e) The team must demonstrate ability to coordinate subcontractors with respect to quality control of design and communication of design requirements between disciplines. (f) The team must be able to prepare specifications and construction cost estimates on IBM compatible equipment, Construction cost estimates will be prepared using the Government's PC-based computer Aided Cost Estimating System (M-CACES) (Software will be provided), Computer Media for a Computer Aided Design and Drafting (CADD) system will be Auto CADD or Intergraph compatible. Drawings will be submitted in either Auto CADD or Intergraph, whichever is determined by the Delivery Order's Scope of Work. (g) Show extent of participation of SB, SDB, WOB, and HBCU/MI in the proposed contract team, measured as a percentage of the total estimated effort. (i) Demonstrate capability to perform surveillance and inspection services during construction activities. 4. SUBMITTAL REQUIREMENTS: (a) See Note No. 24 for general submission requirements. To be considered, interested firms that meet the qualifications must provide one submittal package including an original SF 255 no later that 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 the SF 254 if your firm is a Large, Small, Small Disadvantaged or Woman-Owned Business. To be classified as a Small Business under SIC Code 8711, which governs 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 consultant) proposed for the contracts. (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 to meet manpower stated in 3.b. Selection will be based on the total team members presented in your SF 255, primarily in Block No. 7. (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) Personal visits to discuss this project will not be scheduled. Solicitation packages are not provided for A-E contracts. This is not a request for proposal (see note No. 24).(0141)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960521\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page