|
COMMERCE BUSINESS DAILY ISSUE OF MAY 31,1996 PSA#1606U. S. Army Engineer District, Norfolk, ATTN: CENAO-EN, 803 Front
Street, Norfolk, Virginia 23510-1096 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN AND PREPARATION OF PLANS
AND SPECIFICATIONS FOR THE NORFOLK DISTRICT, CORPS OF ENGINEERS, AND
HEADQUARTERS, AIR COMBAT COMMAND PROJECTS POC Contact Mark Gill,
telephone number 804-441-7593 The indefinite delivery work consists of
projects at various locations under the jurisdiction of the Norfolk
District, Corps of Engineers or Headquarters Air Combat Command. Work
will include preparation of plans, specifications and contract
documents and studies for military projects in minor Construction,
Maintenance and Repair projects. (1) CONTRACT INFORMATION: A-E services
are required as follows: DESIGN SERVICES; field investigations,
topographic survey, concept and final design including preparation of
plans, specifications, cost estimates and analyses for Architectural
design services consisting of developing conceptual designs
incorporating the program documents provided and alternatives to the
preferred scheme. Work shall include site visit; program evaluation and
schematic planning; concept design development in the form of plans,
elevations and perspectives. CONSTRUCTION MANAGEMENT SERVICES
(OPTIONAL); review of shop drawings, preparation of as-built drawings
and site visits during construction. (2) The type of contract proposed
is an Indefinite Delivery Contract (IDC). A maximum of two (2)
contracts may be awarded. The cumulative value of all Delivery Orders
on each IDC will not exceed $750,000 per year and no one delivery order
will exceed $150,000.00. Each delivery order will be a lump sum, fixed
fee order. Each contract will be awarded for a period of one year with
an option to extend for one additional year. The method used to
allocate delivery orders between contracts will primarily be divided by
projects for HQ ACC and the Norfolk District with secondary
considerations for AE workload, performance and quality. The
Contracting Officer, or appropriate representative, shall have the
final approval on said allocations. 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, and a Small and Small
Disadvantaged Business subcontracting plan will be required. (3)
SELECTION CRITERIA: The selection criteria in descending order of
importance are: a. Specialized experience and technical competence: (1)
Demonstrated experience by the prime firm in schematic planning,
concept design development, perspectives, working with other
engineers/architects and renovation projects in general. (2) Computer
Resources - firms must indicate in Block 10 of the SF 255 the following
items: (a) accessibility to and familiarity with the Construction
Criteria Base (CCB) system. This shall include as a minimum, the
SPECSINTACT specification system, the MCACES estimating system, and the
ARMS review management system; (b) demonstrated CADD capability with
capacity to produce output files in ''.DXF'' or ''.DWG'' file format;
(c) access to a Hayes compatible modem 2400 baud or better. b.
Professional qualifications: (1) The design team must possess
experienced, registered personnel in the ARCHITECTURE AND CIVIL, LAND
SURVEYING, MECHANICAL, ELECTRICAL, STRUCTURAL ENGINEERING disciplines.
(2) A qualified INTERIOR DESIGNER shall be part of the design team.
Qualified means a degree in Architecture or Interior Design with
demonstrated experience in space planning, color and finish selection
and furnishing selection and specification. (3) A CERTIFIED INDUSTRIAL
HYGIENIST must be part of the design team and a copy of his/her
American Board of Industrial Hygiene Certificate must be included in
Block 10 of the SF 255. (4) A qualified LANDSCAPE ARCHITECT shall be
part of the design team. Qualified means a degree in Architecture or
Landscape architecture with demonstrated experience. (5) Project Team
Management Plan including team organization and proposed method of
carrying out the work to meet specific project requirements and
schedule. c. Capacity to accomplish the work in the required time:
Firms must demonstrate ability of the design team to complete the
project as scheduled. d. Past performance on DOD and other contracts:
(1) ACASS evaluations (superior performance evaluations on recently
completed projects is advantageous); (2) Letters of
evaluation/recognition by other clients; (3) Cost control and
estimating performance as a percentage deviation between the final
estimate and low bid; (4) On-time delivery of designs for DOD and
similar projects. e. Volume of DOD contract awards in the last 12
months. Considerations may include: (1) ACASS retrievals; (2) Current
workload as listed in Block 9 of the SF 255; (3) Equitable distribution
of work among A-E firms. f. Location in the geographical area of the
project, is desireable, provided that application of this criterion
leaves an appropriate number of qualified firms, given the nature and
size of the project. (4) SUBMISSION REQUIREMENTS: This is not a request
for proposal. Solicitation packages will not be provided. All
requirements of this announcement must be met for a firm to be
considered responsive. Interested firms having the capabilities to
perform this work must submit a single SF 255 for the design team and
current SF 254s for the prime firm and all consultants to the above
address. The SF 255 must include the following: (1) Firms with more
than one office - (a) Block 4: distinguish, by discipline, between the
number of personnel in the office to perform the work and the total
number of personnel in the firm; (b) Block 7c: each key person's office
location; (2) Block 3: prime firm's ACASS# and distance from the
project location; (3) Block 7f: registrations must include the year and
discipline; (4) Block 8b: include a descriptive project synopsis of
major items of work; (5) An organizational chart including all key
elements of the design team demonstrating the firm's understanding of
an ability to execute the project. Information in cover letters will
not be considered. The revised 11/92 edition of the SF 255 (NSN
7450-01-152-8074) & SF 254 (NSN 7540-01-152-8073) is required. You may
obtain the forms through GPO at (202) 783-3238. The complete proposal
must be received at the address indicated above within 30 days from
the date of this issue in order to be considered. For the purposes of
this notice, day number one is the day following the date of
publication and, should the closing date occur on a weekend or national
holiday, the closing date is automatically extended to the next work
day. Submittals by FAX will not be accepted or considered. Prior to the
final selection, firms considered highly qualified to accomplish the
work may be interviewed either by telephone or by formal presentation.
(0150) Loren Data Corp. http://www.ld.com (SYN# 0016 19960530\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|