|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1996 PSA#1677US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR, 26
Federal Plaza, Rm 2133, New York, N.Y. 10278-0900 C -- ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY CONTRACT #17 &
18 FOR WITHIN NEW YORK DISTRICT BOUNDARIES PRIMARILY FT DRUM & US ARMY
RESERVE CENTERS THROUGHOUT NEW YORK STATE. SOL CBAEEN-6249-0001 POC
Willien Cunningham, Procurement Assistant, 212-264-9123. Contract
Information: A-E design services are required for miscellaneous
projects within New York District boundaries primarily at Fort Drum and
at US Army Reserve Centers located throughout New York State. Two
indefinite delivery contracts will be negotiated and awarded, each with
a base period not to exceed one year and two option periods not to
exceed one year each. The contract amount for the base and any option
period shall not exceed $1,000,000 each. Work will be issued by
negotiated firm-fixed-price task orders. Individual task orders shall
not exceed the annual contract amount. The contracting officer will
consider the following factors in deciding which contractor will be
selected to negotiate an order: performance and quality of deliverables
under the current contract, current capacity to accomplish the order in
the required time, uniquely specialized experience, and equitable
distribution of work among the contractors. Project Information: A/E
firms shall have the ability of preparing design documents, cost
studies, and reports for various projects to include, but not limited
to rehabilitation of transportation facilities, buildings, HVAC systems
and utility systems. Projects may include kitchen renovations, asbestos
removal, replacement of storm and sanitary drainage lines, gas main
replacement, intersection signalization and structural concrete domes.
The specific abilities and disciplines required are: Previous
experience with Army maintenance and repair projects is preferred as
well as in house capability to include electrical, mechanical, civil,
and structural engineering, architecture, estimating, fire protection
specialists and certified asbestos abatement specialists. Firms not
having full house capability must demonstrate how they will manage
subcontractors and insure quality control. Prime firms must demonstrate
its plan for successful quality assurance and integration of all design
disciplines. Firms must have proven capability to produce multiple
delivery orders simultaneously. A/E shall also be able to perform Title
II Services which include construction inspection of assorted types of
projects at various sites and review of shop drawings during the
construction phase. Closing date for submitting SF255: 30 days after
advertising date. If this date falls on a Saturday, Sunday, or Holiday
the closing date will be on the next business day. Firms should submit
their qualifications on 11-92 version of SF255 and SF254. SF254 should
reflect the overall firms capacity, whereas, SF255 should reflect only
the personnel dedicated to the specific project referenced in the
submittal. If subconsultants are to be utilized, a SF254 must be
submitted for each subconsultant. These guidelines should be closely
followed, since they constitute procedural protocol in the manner in
which the selection process is conducted. Evaluation factors in
descending order of importance: a. Professional qualifications
necessary for satisfactory performance of required services. b.
Specialized experience and technical competence in the type of work
required. c. Capacity to accomplish the work within the required time.
d. Past performance on contracts with government agencies and private
industry in terms of cost control, quality of work and compliance with
performance schedules. e. Knowledge of the locality and location in the
general geographical area of Fort Drum, NY provided that application of
this criterion leaves an appropriate number of qualified firms, given
the nature and size of the project. Note: Firms are encouraged to
submit from any geographical area. f. Extent of participation of small
businesses, small disadvantaged businesses, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort.
g. Volume of work previously awarded to the firm by the Department of
Defense, with the object of effecting an equitable distribution among
qualified A/E firms, including small and small disadvantaged business
firms and firms that have not had prior DoD contracts. Start
date/Completion: April 1997 / April 2000. Small and small disadvantaged
firms are encouraged to participate as prime contractors or as members
of joint ventures with other small businesses. All interested large
firms are reminded that the successful firm will be expected to place
subcontracts to the maximum practicable extent with small and small
disadvantaged firms in accordance with Public Law 95-507. If a large
business firm is selected, a small business subcontracting plan will be
required prior to award. Firms which have not previously applied for
New York District projects and firms which do not have a current SF-254
on file with the New York District should submit two of the SF-254 with
this initial response to CBD announcement. Firms using consultants
should submit copies of the SF-254 for their consultants. a)
Notification of all firms will be made within 10 calendar days after
approval of the Final selection. Notifications will not be sent after
preselection approval. The notification will say the firm was not among
the most highly qualified firms and that the firm may request a
debriefing. b) The A/E's request for a debriefing must be received by
the selection chairperson within 30 calendar days after the date on
which the firm received the notification. c) Debriefing(s) will occur
within 14 calendar days after receipt of the written request. d) Copies
of all SF 254's & SF 255's of all firms, who are not short listed, will
be held for 30 calendar days after notifications are sent out. Three
(3) copies of the submittals should be sent to Ms. Willien Cunningham,
CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, NY 10278, (212)
264-9123. (0253) Loren Data Corp. http://www.ld.com (SYN# 0016 19960910\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|