Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1996 PSA#1738

U.S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- DESIGN OF AIR FORCE HOUSING COMMUNITY PLANS POC Dennis Lindemeier (Project Manager) 912/652-5623 Ophelia Kendricks (Contract Specialist) 912/652-5072. C -- Design of Air Force Housing Community Plans -- POC Dennis H. Lindemeier at 912/652-5623. 1. CONTRACT INFORMATION: The Savannah District U.S. Army Corps of Engineers, requires the services of Architect-Engineer firms for use on projects at various Air Force Major Command bases world-wide to be administered by Savannah District. Several contracts may involve at least one base outside the Continental United States. Contract award procedure: A list of at least three most highly qualified and technically equal firms will be selected using the primary criteria listed below. The firms will be ranked in order for negotiation using the secondary criteria listed below. When a directive for the first project of this type is received, negotiations shall begin with the top ranked firm. When a directive is received for a subsequent project, or if negotiation with a firm is unsuccessful, negotiations shall begin with the next ranked firm that has not been offered a contract for negotiation. If the list of ranked firms is exhausted, the negotiation cycle shall begin with the top ranked firm. This procedure will be used until 10 December 1997. This announcement is open to all firms regardless of size. Large business offerors that require subcontractors must identify subcontracting opportunities with small business, woman owned and small disadvantaged business subcontract plan in accordance with FAR 52.219.9 and DFARS 219.704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan: OF THE SUBCONTRACTED WORK, 60% to SMALL BUSINESS, 5% to WOMAN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS), 10% to SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do subcontracting must convey their intent to meet the minimum subcontracting goals on SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, please contact Ms. Ophelia Kendricks, Contract Specialist at 912/652-5072. 2. PROJECT INFORMATION: These contracts will be for the purpose of updating existing Housing Community Plans (HCPs), or for the creation of an initial/basic Housing Community Plan. This work may include the development of new /revisions to existing site plans, unit plans, cost estimates, as well as the creation of an HCP data base and Condition Assessment Matrices. The A-E will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal, information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with the SF 255. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selected criteria are listed below in descending order of importance. Criteria a-d are primary. criteria e-f are secondary and will be used only as a "tie-breaker" among technically equal firms. a. Specialized experience and technical competence in (1) Preparation of Housing Community Plans and/or updates for the Air Force. (2) Preparation of similar housing plans for other DoD agencies. (3) Preparation of large scale housing development plans for other governmental agencies or private clients. b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Capacity to accomplish multiple bases simultaneously and provide staff in the following disciplines: architect, landscape architect/planner, civil, structural, mechanical, electrical engineers, and cost estimating. d. Professional qualification of key management and professional staff members. e. Extent of participation in SB, SDB, WOB, HBCU, or MI as prime contractor, subcontractor, or joint venture partner. f. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities toperform this work must submit ONE (1) copy of SF 255 (11/92 edition) for PRIME and ONE (1) copy of SF 254 for PRIME and ALL CONSULTANT'S to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-EA, 100 W. Oglethorpe, Savannah, GA 31401-3640 thirty calendar days from this announcement to be considered for selection. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day, any submittals submitted after this date cannot be considered. NO FAXED SUBMITTALS WILL BE ACCEPTED. THE FIRM'S ACASS NUMBER MUST BE LISTED IN BLOCK 3b of SF 255. FOR ACASS information, call 503/326-3459. Firms are instructed to disregard the "To Be Utilized" statement in Block 4 of SF 255. DEPTH OF PRIME and SUBCONTRACTOR personnel in EACH discipline must be SHOWN in Block 4 of SF 255 and SF 254 to CLEARLY identify the number of PERSONNEL in each firm and DISCIPLINE. Cover letters and extraneous material (Brochures etc.) ARE NOT desired and WILL NOT be considered. PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the purpose of discussing this announcement WILL NOT BE SCHEDULED. THIS IS NOT A REQUEST FOR A PROPOSAL. (0341)

Loren Data Corp. http://www.ld.com (SYN# 0026 19961210\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page