Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1996 PSA#1736

Directorate of Public Works, Engineering, Plans and Services Division, ATTN: Robert Winne, 1816 Shop Road, Fort Lee, VA 23801-1604

C -- A-E DESIGN SERVICES FOR VARIOUS PROJECTS FOR THE DIRECTORATE OF PUBLIC WORKS, FORT LEE, VIRGINIA POC Robert Winne, (804) 734-5150. A-E Services for the design and preparation of plans, specifications, and cost estimates for various projects, as needed for the Directorate of Public Works (DPW), Fort Lee, Virginia. Solicitation #DABT59-97-R-0002. The Fort Lee DPW will also support projects as needed for other Tidewater Region DPW's. CONTRACT INFORMATION: The services that may be required will consist of, but not limited to one or more of the following: Designs and/or Feasibility Studies for new structures, various repairs, alterations and/or improvements to existing facilities, Project Management of construction projects, AutoCAD Services, Environmental Surveys, Reports, Studies, and the design for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products. An Indefinite Delivery Contract (IDC) will be negotiated and awarded for one (1) Base period, plus two (2) Option periods. Task Orders for the base period and option periods shall not exceed $1,000,000.00 per period. The cumulative total of all Task Orders for both the base and option periods shall not exceed $3,000,000.00. The maximum dollar limitation for any task order awarded, shall be limited to $1,000,000.00. Upon exhausting the dollar value for any period, the next option period may be exercised at that time. The contract is anticipated to be awarded in the Summer of 1997. An additional award may result from this synopsis, for a period of up to one (1) year after the date of selection approval. This announcement is being solicited on an unrestricted basis. Should a large business be selected for this contract, it shall comply with FAR 52.219-9, ``Small Business and Small Disadvantaged Business Subcontracting Plan'', for that portion of work it intends to subcontract. This plan is not required with this submittal, but must be approved prior to award to any large business. For informational purposes, the small business size standard is $2.5 million in annual average gross revenues for the last three (3) fiscal years. ****SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E & F are secondary and will be used as ``tie-breakers'' among technically equal firms. ****A. PROFESSIONAL QUALIFICATIONS: The design team must possess registered personnel with experience in the following disciples; Architectural, Structural, Mechanical, Electrical, Civil, Land Surveying, Geotechnical (Soils Engineer), and Environmental. In addition, a Certified Industrial Hygienist must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate must be included in Block 10 of the SF 255. The Project Team Management, including a team organization chart and proposed method of carrying out the work to meet the anticipated project requirements and schedules must be provided and addressed. ****B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address experience of the design team by providing examples of projects in a wide variety of multi-discipline design projects and studies. Indicate work completed under current and/or recently completed IDC's. Firms must indicate in Block 10 of the SF 255 their Computer resources on the following items; (1) Accessibility to and familiarity with the Construction Criteria Base (CCB) System. This shall include as a minimum: (2 & 3) SPECSINTACT Specification System and MCACES Estimating System, (with ability to produce and provide in ASCII format); (4) ARMS (Automated Review Management System); (5) Must possess and address in-house AutoCAD capability, version(s) 12 and/or 13 (with capacity to produce output files in ``.dxf'' or ``.dwg'' file format); (6) Access to a 14.4 Kbps modem or better. ****C. CAPACITY TO ACCOMPLISH WORK. Firms must address the ability of the design team to complete projects within mandatory time frames, including multiple Delivery Orders under an IDC. Provide specific examples of both in Block 10 of the SF 255. ****D. PAST PERFORMANCE. Provide examples of project specific work,including past and/or current IDC's, with the Department of Defense (DoD) and other Government Agencies and/or private industry. Provide recent ACASS Evaluations, (Excellent performance evaluations on projects will be considered). Provide letters of evaluations and/or recognition by other clients. Provide specific examples of cost control and estimating performance on past projects. Include a Point of Contact with current telephone/FAX numbers for each contract/project listed in BLOCK 8c of the SF 255. ****E. LOCATION. Location of the firm within the general geographical area of the proposed requirement(s). ****F. VOLUME OF WORK. Provide for the volume of DoD and other Government Agency contracts awarded in the past 12 months, (design dollar value only). Considerations shall also include current workload as listed in Block 9 of the SF 255, and equitable distribution of work among A-E firms. SUBMISSION REQUIREMENTS: This is NOT a Request for Price Proposal (RFPP). ALL requirements of this announcement MUST be met for a firm to be considered responsive. Interested firms having the capabilities to perform the anticipated work must submit an original SF 255 for the Firms Design Team and a current SF 254 for the Prime Firm and for all consultants as listed in Block 6 of the Prime Firm's SF 255 to the address as stated above. The following is additional information requested. The SF 254 MUST include the following: (1) BLOCK 7: Firms with more than one office must provide addresses, telephone/FAX numbers and number of personnel for each office. (2) BLOCK 7a: Total number of Personnel for each office as listed in BLOCK 7. The SF 255 must include the following: (1) BLOCK 3: The Prime Firm's ACASS ID number, CEC (Contractor Establishment Code) and DUNS number. (2) BLOCK 4: Distinguish by discipline the number of personnel in the Prime's office (line B), and all consultants (line A), to perform the work, and the total number of personnel for each line; (2) BLOCK 7c: Each key person's office address, including telephone/FAX numbers if different than as stated in block 3 of the SF 255 or block 1 of the SF 254; (3) BLOCK 7f: Registrations must include state, year and discipline; (4) BLOCK 8: Descriptive project synopsis which best illustrates the prime's qualifications relevant to this announcement; (4) An organizational chart indicating all key personnel (Prime and Consultants), to be utilized under this contract. Supplemental information, such as cover letters will not be taken into consideration. The complete Package must be received at the address indicated above by 3:00 p.m. on Wednesday, January 15, 1997. No exceptions. Submittals received by FAX will not be accepted and considered nonresponsive. prior to the final selection, firms considered Most Highly Qualified to accomplish the work may be interviewed by telephone or by formal presentation. For additional submission information, see number Note 24. (0339)

Loren Data Corp. http://www.ld.com (SYN# 0032 19961206\C-0017.SOL)


C - Architect and Engineering Services - Construction Index Page