Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718

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(A-E), INDEFINITE DELIVERY CONTRACT #15 FOR PRIMARILY NEW YORK DISTRICT BOUNDARIES AND PRIMARILY MILITARY OCEAN TERMINAL, BAYONNE, NJ. SOL CBAEEN-6309-0007 POC Willien Cunningham, Procurement Assistant, 212-264-9123. Contract Information: Location of work is primarily at Military Ocean Terminal, Bayonne, NJ. Projects outside the primary area of responsibility may be added at the Governments discretion upon agreement of the selected firm. The service will be provided under an Indefinite Delivery contract. The cumulative amount of all Delivery Orders for each contract will not exceed $1,000,000, and each delivery order will not exceed $1,000,000. Delivery Orders may be issued for a period of one year from the date of the contract award. The contract will include an option for two additional years under the same terms and conditions as the basic contract. The Government has the right to exercise the option for an additional year after the monetary limit is reached prior to the expiration of the time period (365 days). The Government's obligation is to guarantee a minimum amount of $20,000 for the first year and $10,000 for the second and third years. Project Information: Preparation of design and construction documents including plans, specifications, cost estimates, design analysis and construction services for various projects to include, but not be limited in scope to, rehabilitation of military, administrative, residential and industrial buildings, berths and relieving platforms, HVAC systems, foundation, civil/site work and hazardous materials' abatement, which may include, asbestos, lead paint, radon and PCB's. In addition, hazardous toxic and waste soil testing, topographic and Geotechnical surveying capabilities are required. The specific abilities and disciplines required are: Full in-house capability is preferred. Firms not having full in-house capability must demonstrate how they will manage their subcontractors and insure quality control. The prime must identify in their submittal the quantity and disciplines of personnel in their working office and supporting offices. Specific capabilities required are ( in random order): electrical, mechanical, civil, environmental, structural, fire protection, architectural, and certified asbestos surveying personnel. In addition, a fire protection/detection specialist and topo/geotech surveying personnel are required. Personnel registered in the state of New Jersey are required. 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 schedule. Knowledge of the locality and location in the general geographical area of the New York District boundaries 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: July 1997/July 1999 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. (0311)

Loren Data Corp. http://www.ld.com (SYN# 0015 19961107\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page