Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1996 PSA#1677

US 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