|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1996 PSA#1646U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821,
LOUISVILLE KY 40202-2230 C -- MASTER PLANNING AND A/E SERVICES INDEFINITE DELIVERY CONTRACT AT
VARIOUS MILITARY INSTALLATIONS SUPPORTED BY THE LOUISVILLE DISTRICT
SOL W22W9K-6200-6184 POC Contract Specialist Denise A. Bush (502)
625-7528 (Site Code DACA27) CONTRACT INFORMATION: The proposed services
will be obtained by a negotiated Firm Fixed Price Contract. The maximum
amount of the contract shall not exceed $500,000, and no individual
delivery order shall exceed $150,000. The contract period is one year
from the date of award, with an option for one additional year with no
increase in the 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, Small Disadvantaged and Women-Owner Small Business
Subcontracting Plan in accordance with Public Law 95-507 prior to award
of the contract. the current subcontracting goals are 52.5% for small
business, 8.8% for Small Disadvantaged Business and 3.0% for Women-
Owner Small Business. These percentages are applied to the total amount
of subcontracted dollars. PROJECT INFORMATION: Projects will consist of
preparing Real Property Master Planning (RPMP) documents for Army, Air
Force and Army Reserve locations based on the requirements of AR
210-20 ''Master Planning for Army Installations'', TB ENG 353
''Installation Master Plan Preparation'', AFR 86-4 ''Base Comprehensive
Planning'', and AFM 86-6 ''Air Base Master Planning Manual''. RPMP will
include developing or updating the installation's ''Long Range
Component'', the ''Capital Investment Strategy'', the ''Short Range
Component'' and the ''Mobilization Component'' with related site maps
and environmental documentation. Base Comprehensive Plans include Land
Use Plans, Five-Year Program Plans and Tab Documents. Programming
document preparation includes development of DD Form 1391 based on the
requirements of AR415-15, AR415-35 and AFR 86-1; Army Project
Development Brochures and Air Force Project Books; to include site
analyses, cost estimates and alternative analyses. Special Studies will
include preparing/updating Area Development Plans, Utility
Surveys/Analyses, Installation Design Guides, Economic Analyses and
Facility Utilization Studies. Experience in developing RPMP documents
based on AR 210-20, TB ENG 353, AFR 86-4, AFM 86-6; developing
programming documents based on AR 415-15, AR 415-35 and AFR 86-1; and
completing Special Studies at military installations will be a
significant selection criteria and must be indicated in the SF 255.
SELECTION CRITERIA: See Note 24 for general selection process
information. Submittals will be evaluated against the general
evaluation factors listed in Note 24 in descending order of importance.
Additional specific evaluation criteria is provided as follows:
Preparation and/or review of RPMP documents and Special Studies by
experienced professionals in the fields of Project Management,
Planning, Landscape Architecture, Architecture, Surveying, Estimating,
Computer Programming/Analysis, Environmental Engineering, Civil
Engineering, Sanitary Engineering, Mechanical Engineering, and
Electrical Engineering are required and must be identified on the SF
255 form. Firms need to indicate two professionals in the fields of
Landscape Architecture, Architecture, Surveying, Civil, Sanitary,
Mechanical, and Electrical Engineering; at least one of each which must
be a registered professional. Firms also need to indicate two
experienced professionals in the fields of Planning, Project
Management, Environmental Engineering, Estimating and Computer
Programming/Analysis. The installation's RPMP and supporting
mapping/graphics will need to be developed or updated based on the
requirements of TB ENG 353 and the capability to produce maps and plans
in both Intergraph Microstation and AutoCAD formats is required and
must be indicated in the SF 255. Experience in the development and/or
manipulation of AM/FM and GIS systems in support of planning efforts
are also to be indicated. The District reserves the right to terminate
firms that do not respond to Government requests for proposals,
information, documentation, etc. in accordance with established
schedules. SUBMITTAL REQUIREMENTS: a) See Note 24 for general
submission requirements. Any firm with an electronic mailbox should
identify such address in the SF 255. Release of firm status will occur
within 10 days after approval of any selection. Firms which are
interested and meet the requirements described in this announcement are
invited to submit one completed SF 255, U.S. Government A/E and Related
Services for Specific Projects to the office shown above. All responses
on SF 255 to this announcement must be received no later than 4:30 pm
Local Time on the 30th calendar day after the publication to be
considered for selection. The day following this CBD announcement
counts as day number 1. If the 30th day falls on a Saturday, Sunday or
a US 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 18 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. All responding firms which do not have a
current (within past 12 months) SF 254 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 its annual receipts averaged over the past three 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. (0207) Loren Data Corp. http://www.ld.com (SYN# 0011 19960726\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|