Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607

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 -- POTENTIAL FIRM FIXED PRICE CONTRACT FOR A-E SERVICES IN DESIGN OF VEHICLE MAINTENANCE FACILITIES IN THE FORT WORTH DISTRICT AREA OF RESPONSIBILITY, PRIMARILY LA, NM, TX SOL DACA63-96-R-0023 DUE 070896 POC Contract: Jerrell Freeman, (817/334-2262) (Site Code DACA63) 1. CONTRACT INFORMATION: The work anticipated will involve design, drafting, planning, studies and site investigation associated with the 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 for the Fort Worth District. None of these projects are yet authorized and funds are not presently available. When a project of this type is identified we will select a firm from this list. This list of firms will be used for this type of project thru 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 amount exceeds $500,000.00 it must comply with the FAR clause 52.219-9 requirement for SB/SDB subcontracting plan. The Fort Worth District goal is that 52.5% of the intended subcontracted amount be placed as follows: 8.8% be placed with Small Disadvantaged Business (SDB), 3% with Women Owned Small Business (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 Governments 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 for FIP resources. The specific GSA DPA case number is KAA-95-AD-012. 2. PROJECT INFORMATION: Vehicle maintenance facilities typically include repair bays; shop administrative areas; parts storage areas; lubrication pits; exhaust systems; fire protection; overhead cranes; compressed air distribution system; petroleum, oils and lubricant storage and disposal facilities; and associated safety requirements. Facility may require site development for parking/hardstand for vehicle storage; utility connections; pollution prevention plan; miscellaneous out buildings; demolition and disposal of existing facilities with necessary HTRW remediation; fuel dispensing facility and other requirements related to a vehicle maintenance facility. Size and type may range from large tactical vehicles to small cars or trucks. These projects may require design using the metric system. Services during the project construction phase may also be required. 3. SELECTION CRITERIA: See CBD Note No. 24 (Monday edition) for general description of selection process. Selection criteria in descending order of importance are: (a) Professional Qualifications: This type of project will require expertise in the disciplines of architecture; electrical, mechanical, civil and structural engineering; cost estimating; fire protection; life safety and environmental considerations. (b) Specialized Experience and Technical Competence: The selected firm must demonstrate expertise in the design of vehicle maintenance facilities. It must have designed at least one within the past five years. The team proposed must have: Recent experience in complying with NPDES for at least one of the three states listed; current knowledge of fire protection codes including MIL-HDBK-1008B and general experience in the possible specialty areas associated with vehicle maintenance facilities as listed above. (c) Firms must show adequate team capacity to design a project of construction cost of $5,000,000.00 within a six month period. (d) Demonstrated past performance with respect to cost control, quality of work, and compliance with performance schedules. (e) Preparation of specifications, construction cost estimates on IBM compatible equipment. Use of M-CACES software. Auto CADD and Intergraph compatible CADD system. 4. SUBMITTAL REQUIREMENTS: (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 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. (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 only the number of personnel proposed for potential 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 in the anticipated design time 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 plan. It should include a brief presentation of the internal controls and procedures that you use to insure that a quality design is produced. List amount of DOD contract awards 12 months prior to the date of your submittal as described in Note 24. Limit block 10 to no more than 10 pages. (i) Solicitation packages are not provided for A-E contracts. This is not a request for proposal (see Note No. 24). (0151)

Loren Data Corp. http://www.ld.com (SYN# 0040 19960531\C-0018.SOL)


C - Architect and Engineering Services - Construction Index Page