|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634U.S. Army Corps of Engineers, 600 M.L. King, Jr. PL., Rm 821,
Louisville KY 40202-2230 C -- TWO (2) INDEFINITE DELIVERY CONTRACTS FOR THE DESIGN OF VARIOUS
MILITARY ARCHITECTURAL AND ENGINEERING PROJECTS PRIMARILY AT DEFENSE
SUPPLY CENTER, COLUMBUS, OHIO Sol W22W9K-6166-6144. POC Contract
Specialist Chuck Lockman (502) 625-7532 (Site Code DACA27). 1. Contract
Information: The proposed services will be obtained by negotiated Firm
Fixed Price Contract and will be for military activities at Defense
Supply Center Columbus, Columbus, Ohio (DSCC). The maximum amount of
the contract shall exceed $400,000.00, and no individual Delivery Order
shall exceed $100,000.00. The estimated construction cost is
approximately between $100,000 and $2,000,000. The contract period is
one year from date of award with an option to extend for an additional
year with an additional $400,000 in the base contract amount. This
announcement is open to all businesses regardless of size. If a large
business is selected to negotiate a contract, the firm will be required
to present an acceptable Small Business and Small Disadvantaged
Business Subcontracting Plan in accordance with Public Law 95-507 prior
to award of the contract. The current subcontracting goals are 52.5% to
Small Business, 8.8% to Small Disadvantaged Business and 3.0% to
Women-Owned Small Business. These percentages are applied to the total
amount of subcontracted dollars. 2. Project Information: Predominate
activities are expected to require disciplines in architecture and the
engineering fields of mechanical, electrical, and civil. However,
multi-discipline technical teams must be available as necessary for the
preparation of facility master planning documents and/or plans,
specifications, construction cost estimates and/or technical studies in
support of such projects as a) building design, renovation, and repairs
to include items as painting, window and door replacement, and roof
repairs and/or replacements; b) structural analysis and design
(includes seismic analysis); c) mechanical systems, HVAC and plumbing;
d) electrical systems, alarms, controls, interior/exterior
engineering) activities; i) road design, paving and resurfacing; k)
site work including layout, grading and drainage; 1) water and waste
water distribution and treatment; m) interior space planning and design
to include pre-wired work stations; n) landscape design; o) corrosion
prevention and control; p) construction management services, e.g.
construction supervision, preparation of record drawings, or the
checking of shop and working drawings, etc. q) survey, analysis, and
abatement design for hazardous materials encountered in building
demolition and renovation i.e. PCB's, asbestos, and lead in such forms
as electrical appurtenances, painted surfaces, floor tiling, pipe
insulation and roofing felts may be encountered and; r) military
community master planning and facility project development. Metric
design, (in whole or in part), and electronically developed drawings in
AUTOCAD format may be required for any or all authorized projects. A
laboratory accredited in Bulk Asbestos Fiber Analysis given by the
National Institute of Standards and Technology (NIST) under the
National Voluntary Laboratory Accreditation Program (NVLAP) must be
available for hazardous material testing as needed. Some work in
enclosed/confined spaces may be required. Some projects may require
partnering with the selected firm which could require the selected A/E
to attend an approximate one-day partnering meeting to define the
User's expectations of the A/E, create a positive working atmosphere,
encourage open communication, and identify common goals. Significant
emphasis will be placed on the A/E's quality control procedures as the
District will not review quality into the project. A possible second
contract may be awarded from this solicitation within 90 days after the
award of the first contract. 3. Selection Criteria: Submittals will be
evaluated against the general evaluation factors listed in Note 24 in
descending order of importance. Additional specified evaluation
criteria is provided as follows and must be documented with resumes in
the SF255: a) A designer and checker with education, training, and
specialized experience in architecture and in the fields of civil,
sanitary, hydraulic, geotech (soils engineering), structural
(independent of civil), mechanical, and electrical engineering are
necessary with at least one in each field professionally registered.
Additionally, professionals qualified by education, registration,
certification, and/or training in interior design, landscape
architecture, industrial hygiene, hazardous material inspection and
abatement methods, and military community master planning are
necessary. The Interior Designer must either be NCIDQ Certified, a
registered Interior Designer, or a registered architect with
demonstrated training and experience in interior design. The hygienist
must be a Certified Industrial Hygienist (CIH) as certified by the
American Board of Industrial Hygienist (ABIH). The hazardous material
inspector must have successfully completed an EPA approved course for
building inspectors and asbestos management planners; b) Specialized
experience and technical competence in the expected activities
identified above as evidenced by the resumes of the personnel assigned
to this project; Only resumes identifying the professionalism and
specialized experience of the design group are necessary. Other
available personnel may be specified in paragraph 10 of the SF 255; c)
Capacity to complete the work in the required time; d) Past
performance on DOD and other contracts with respect to cost control,
quality of work, and compliance with performance schedules; e) Superior
performance evaluations on recently completed DOD contracts; f)
Geographical location and knowledge of the locality of the project; g)
Volume of DOD contract awards in the last 12 months as described in
Note 24; h) Extent of participation of SB, SDB, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the estimated effort. In
addition, a brief Design Management Plan including an explanation of
the firm's management approach, management of subcontractors (if
applicable), quality control procedures and an organizational chart
showing the inter-relationship of management and various team
components (including subcontractors) must be included in paragraph 10
of the SF 255. 4. Submittal Requirements: a. See Note 24 for general
submission requirements. Any firm with an electronic mailbox responding
to this solicitation should and meet the requirements described in this
announcement are invited to submit one completed SF 255 (Revision
10-92), U.S. Government A/E and Related Services for Specific Projects
to the office shown above. SF 255 (Revision 10-83) is obsolete and
only the 11-92 edition of SF 255 will be accepted. All responses on SF
255 to this announcement must be received no later than 4:30pm local
time on the 30th calendar day after the date of this publication to be
considered for selection. The day following this CBD announcement
counts as day number 1. If the 30th day falls on Saturday, Sunday or
U.S. Government holiday, the deadline is the close of business on the
next Government business day. b. It is requested that interested firms
list the fee amount and date of all DOD contracts awarded during the
last 12 months to the firm and all subsidiaries in Block 9 of the SF
255. c. Responding firms must submit a current and accurate SF254 for
each proposed consultant. Additionally, all responding firms which do
not have a current (within the past 12 months) SF254 on file with the
North Pacific Division, Corps of Engineers, must also furnish a
completed SF 254. If a SF 254 is included, only the 11-92 edition of
the form will be accepted. The business size status (large, small
and/or minority) should be indicated in Block 3 of the SF 255.
Definition: A concern is small if the annual receipts averaged over the
past 3 fiscal years do not exceed $2.5 million. d. No other information
including pamphlets or booklets is requested or required. e. No other
general notification to firms under consideration for this project will
be made and no further action is required. Solicitation packages are
not provided for A/E Contracts. This is not a request for proposals.
Funds are not presently available for this procurement. The
Government's obligation, hereunder, is contingent upon the availability
of appropriated funds from which payment for the contact purposes can
be made. No legal liability on the part of the Government for payment
of any money shall arise unless and until funds are made available to
the contracting officer for this procurement and notice of such
availability to be confirmed in writing by the contracting officer is
given to the contractor. (191) Loren Data Corp. http://www.ld.com (SYN# 0026 19960710\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|