|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1996 PSA#1608US 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 -- INDEFINITE DELIVERY CONTRACT, PRIMARILY FOR TITLE II SERVICES FOR
PROJECTS ASSIGNED TO THE FORT WORTH DISTRICT AREA OF RESPONSIBILITY
(PRIMARILY LA, NM AND TX) SOL DACA63-96-R-0040 DUE 070896 POC Contract
Specialist Jerrell Freeman (817) 334-2262 (Site Code DACA63) 1.
CONTRACT INFORMATION: Under this contract Title I and Title II services
may both be required during the design and construction of various
projects. Title I services may involve Design, Drafting, Planning,
Studies and Site Investigations. Title II services may include such
items as shop drawing review and various surveillance items during
construction. All work must be done by or under the direct supervision
of licensed professional Engineers or Architects. The selected firm
may also be required to provide design services for new projects and/or
modifications to ongoing projects. The selected firm may be required to
relocate some personnel to the job site for extended periods of time.
The work under this contract is anticipated to begin in September 1996.
The basic contract will be for a maximum of 12 months with a maximum
option period of 12 months. Estimated A-E Fee Including Option:
$1,500,000.00 contract 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. 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 district goal on work to be subcontracted is that
a minimum of 52.5% of the Contractor's total intended subcontract
amount be placed with Small Businesses (including Small Disadvantaged
Businesses). Our goal further states that of the 52.5%, 8.8% be placed
with Small Disadvantaged Businesses, 3.0% be placed with Women Owned
Small Businesses and 5.5% be placed with Historically Black Colleges
and Universities/Minority Institutions and the remaining 35.2% be
placed with Small Businesses for a total of 52.5%. The plan is not
required as part of this submittal. Projects outside the 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: The work may involve Design,
Drafting, Planning, Studies, Site Investigations, Reviews, Inspection
Services and other Construction Contract Administration Services
associated with projects of all types, Civil and Military, assigned to
the Fort Worth District (TX, LA and NM). Designs may be required to
use the metric system of measurement. The capability to perform HTRW
studies and develop plans and specifications for remediation may be
required. 3. SELECTION CRITERIA: Submittals will be evaluated against
the specific required qualifications stated below using the general
criteria in Note No. 24 of the CBD and this announcement. Items (1)
thru (5) of Note No. 24 will carry equal weight in the evaluation with
the exception of geographic proximity. Geographic proximity and
equitable distribution of work will be secondary factors. Firms must
demonstrate the ability to respond quickly and to be able to provide
services for numerous small projects concurrently which may involve on
site services. Responding firms must demonstrate the ability, either
on- staff or through association with qualified consultants, to provide
the following: (a) Adequate staff to do up to four delivery orders at
a time. Proposed team must include all professional disciplines,
(Architects, Civil, Structural, Mechanical and Electrical Engineers)
qualified surveillance and testing personnel, architectural hardware
specialists, fire protection specialists, life safety specialists and
hazardous materials testing and abatement personnel. To qualify as an
architectural hardware specialist, an applicant must have at least two
years experience in specifying architectural hardware and be familiar
with the ANSI A156 series numbering system. To qualify as a fire
protection specialist an applicant must have at least two years
experience in fire protection design. To qualify as a life safety
specialist an applicant must have at least two years experience in life
safety design and be familiar in the use and application NFPA codes 80
and 101. (b) Design of projects, (new, repair and maintenance type)
using current Military and Civil design criteria. (c) Design required
during the construction process to be used in construction contract
change orders. (d) Constructability, Biddability Reviews of designs of
new projects prior to the construction contract award process. (e)
Surveillance and inspection services on site for on- going construction
projects. (f) Review of shop drawings, materials, fixtures and
equipment on construction contract projects for compliance with plans
and specifications. (g) Assistance with change orders that may be
required on construction contracts. (h) Contract claims
consultants/research specialists regarding construction contract
disputes. (i) Contractor quality control, regarding inspection,
sampling and testing of all supplies, services and/or workmanship
required to be performed by contract drawings, specifications and
requirements. (j) Specifications and construction cost estimate
prepared on IBM compatible equipment. The construction cost estimate
must be prepared using our PC based Computer Aided Cost Estimating
System (M-CACES), (SOFTWARE WILL BE PROVIDED). (k) Computer Media for
a Computer Aided Design and Drafting (CADD) systems. The media must be
Intergraph compatible. 4. SUBMITTAL REQUIREMENTS: (a) See Note No. 24
for general submission requirements. Interested firms that meet the
qualifications 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 to be considered for the resulting contract
(faxed copies will not be accepted). 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 due 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 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 announcement number in Block NO. 2b of the SF 255. (e) In
Block No. 4 of the SF 255, insert the number of consultant personnel by
discipline proposed for subject project as (A). Insert the number of
in-house personnel by discipline presently employed (on date of this
form) at work location, proposed for subject project as (B). (f) In
Block No. 6 of the SF 255, identify the discipline/ service to be
supplied by each consultant, including the number of individuals
employed by each. Identify the Consultant's employees you intend to use
to perform the work in the anticipated time and project assignment they
will perform, (list in Block No. 7 of your SF 255). (g) Identify the
on-staff employees you intend to use to perform the work and the
project assignment they will perform, (list in Block No. 7 of your SF
255). Block No. 7 may be repeated as needed to identify all key team
members. The selection will be based on the total team members
presented in your SF 255. (h) Personal visits to discuss these projects
will not be scheduled. Solicitation packages are not provided for A-E
contracts. This is not a request for proposal (see Note No. 24).
(0152) Loren Data Corp. http://www.ld.com (SYN# 0019 19960603\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|