|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 16,1996 PSA#1742U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue,
Savannah, GA 31401 C -- ANNUAL ANNOUNCEMENT FOR IDIQ CONTRACTS FOR MISCELLANEOUS A-E
SERVICES, UNDER THE JURISDICTION OF SAVANNAH DISTRICT POC Joel Kreger,
912/652-5465 Ophelia Kendricks, 912/652-5072, or Leila Hollis,
912/652-5105. ANNUAL ANNOUNCEMENT FOR IDIQ CONTRACTS FOR MISCELLANEOUS
A-E SERVICES, UNDER THE JURISDICTION OF SAVANNAH DISTRICT 1. CONTRACT
INFORMATION: The Savannah District, U.S. Army Corps of Engineers,
requires the services of Architect-Engineer firms for numerous
multidiscipline Indefinite Delivery/Indefinite Quantity contracts.
Contracts awarded as a result of this announcement will be administered
(1) by Savannah District for use on civil and military projects under
its jurisdiction or (2) by Directorate of Public Work/Base Civil
Engineer offices at specific Army and Air Force installations within
GA, SC and NC. Contract limits and contract size will be determined at
the time of selection. Typically, each contract will consist of a base
ordering period and two option periods, each period not to exceed one
year, for a total of three years. The ordering period will be for one
year or whenever the Contracting Officer determines the ordering period
is over and any dollar amount not consumed by task orders issuedduring
the ordering period may be carried over to the next ordering period.
The total of all task orders during each ordering period may not exceed
$1,000,000. Individual task orders may not exceed $1,000,000. The total
amount of each contract over the three year ordering period may not
exceed $3,000,000. Assignment of individual task orders to the
contracts with identical scopes of work will be based upon the
following factors: (1) Proximity of the firm to the project site and
familiarity with design criteria/codes and construction methods used at
that locality, (2) Current capacity of the firm to accomplish the task
order in the required time, (3) Equitable distribution of work among
identical contracts and (4) Performance and quality of deliverables
under the current IDIQ contracts. This announcement is open to all
firms regardless of size. Large business offerors must identify
subcontracting opportunities with small business, and small
disadvantaged business on SF 255. If selected the large business
offeror will be required to submit a small/small disadvantaged & women
owned subcontracting plan in accordance with FAR 52-219.9 and DFARS
2219.704/705 as a 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, 10% TO SMALL DISADVANTAGED BUSINESS ( A COMPOSITE OF
SMALL BUSINESS), 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL
BUSINESS). Large business firms that intend to do any subcontracting
must convey their intent to meet the minimum subcontractor goals on the
SF 255, Block 6. Written justification must be provided if the minimum
goals cannot be provided. For additional information please contact
Ms. Ophelia Kendricks, Contract Specialist, at 912/652-5072 or Ms.
Leila Hollis at 912/652-5105.. 2. PROJECT INFORMATION: Task orders to
be issued under these contracts may include design of NEW facilities
and O&M projects related to additions and alterations of buildings,
road, drainage and utility systems, engineering studies, project
planning, topographic surveying to support designs, lead based paint
and asbestos sampling/analysis/abatement design, and air monitoring
during the abatement/construction process, shop drawing review,
construction phase services and preparation of O&M manuals. Firms must
indicate in Block 10 the type of CADD system they employ and if their
system is not Intergraph identify how they would translate drawing
files to Intergraph and describe previous translation experience. 3.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance.
Criteria a-e are primary. Criteria f-g are secondary and will be used
as "tie-breakers" among technically equal firms. a. Specialized
experience and technical competence in: (1) Design of new buildings,
roads, drainage and utility systems. (2) Design of additions and
alterations of buildings, road drainage and utility systems. (3)
Engineering studies and project planning. (4) Topographic surveying.
(5) Lead based paint and asbestos sampling/analysis/abatement design
and air monitoring during abatement/construction process. (6) Shop
drawing review, construction phase services and preparation of O&M
manuals. (7) Producing CADD drawings and translation experience. 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 simultaneous task orders and provide
staff in the following disciplines: architect, civil, structural,
mechanical, fire protection and electrical engineers, industrial
hygienists, and topographic surveyors. Please disregard the "to be
utilized" statement at Block 4 of SF 255 and show the total strength of
each discipline. d. Professional qualifications of key management and
professional staff members. The design team must include a Registered
Fire Protection Engineer whose principle duties are fire protection
engineering or a Registered Architect or Registered Engineer who is a
full member in good standing of the Society of Fire Protection
Engineers (SFPE). e. Knowledge of locality as it pertains to geological
features, environmental and climatic conditions and local construction
methods used on projects under Savannah District jurisdiction and/or
location in the general geographical area of specific military
installations in the 3 state area. f. Degree of participation of SB,
SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint
venture partner. g. Volume of DoD contract awards in the last 12 months
as described in Note 24. 4. SUBMISSION REQUIREMENTS: RESPONSES ON FILE
FROM LAST YEARS ANNOUNCEMENT WILL BE DISCARDED. ALL FIRMS DESIRING
CONSIDERATION MUST SUBMIT A NEW RESPONSE. Responses to this
announcement will be used for IDIQ contract selections through January
31, 1998. This announcement is non-closing and firms may submit a SF
255 and SF 254 at anytime during 1997. Firms desiring consideration
shall submit ONE (1) copy of SF 255 (11/92 VERSION ONLY WILL BE
ACCEPTED) for prime and ONE (1) copy of SF 254 (11/92 VERSION ONLY WILL
BE ACCEPTED) for prime and each consultant (extra copies will not be
kept) . FIRMS MUST INCLUDE PRIME's ACASS NUMBER in block 3b of SF 255.
For ACASS information call 503/326-3459. NO FAXED SUBMITTALS WILL BE
ACCEPTED. Cover letters and extraneous materials (Brochures, etc.) will
not be considered. Firms selected 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 their SF 255. 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. (0347) Loren Data Corp. http://www.ld.com (SYN# 0021 19961216\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|