|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1997 PSA#1782U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819
Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300 C -- INDEFINITE DELIVERY CONTRACT FOR MULTIDISCIPLINE DESIGN SERVICES
FOR (PRIMARILY MECHANICAL, ELECTRICAL) PROJECTS ASSIGNED TO THE FORT
WORTH DISTRICT (PRIMARILY FORT POLK, LA) SOL DACA63-97-R-0018 DUE
031797 POC Contact: Jerrell Freeman, (817) 978-2262 WEB: Corps of
Engineers, Fort Worth District, Contracting Division,
http://www.ed1.swf.usace.army.mil/CONTRACT. E-MAIL: BOBBY FRY, Contract
Specialist, (817) 978-3034, bobby.fry@SWF01.usace.army.mil. 1. CONTRACT
INFORMATION: The work may involve Design, Drafting, Planning, Studies
and Site Investigations associated with this type of project. All work
must be done by or under the direct supervision of licensed
professional Engineers or Architects. Estimated A-E Fee Including
Option: $3,000,000.00 maximum ($1,000,000.00 basic; $1,000,000.00
option period one, and $1,000,000.00 option period two), with a maximum
Delivery Order amount of $1,000,000.00. If a large business firm is
selected for this announcement it must comply with the FAR 52.219-9
clause regarding the requirement for a subcontracting plan. The Fort
Worth district goal on work to be subcontracted is that a minimum of
55.0% of the Contractor's total intended subcontract amount be placed
as follows: 8.5% be placed with Small Disadvantaged Businesses (SDB);
5.5% be placed with Small Black Colleges or Minority Institutions; 3%
be placed with Women Owned Small Businesses (WOB); and the remaining
38.0% be placed with Small Businesses (SB) for a total of 55.0%. The
plan is not required as part of this submittal. The proposed services
will be obtained by Negotiated Fixed Price Contract. Projects outside
the primary area of responsibility may be added at the Governments
discretion upon agreement of the selected firm. The contract is
expected to be awarded on or about May 1997. 2. PROJECT INFORMATION:
The work may involve Design, Drafting, Planning, Studies and Site
Investigations associated with an Indefinite Delivery Contract for
projects which are primarily of a mechanical, electrical nature.
Projects are expected to be for maintenance, repair or alterations to
existing facilities and/or small new construction. Work may also
include designs/studies for HVAC and electrical systems, upgrades and
identification of environmental HTRW hazards encountered during site
investigations. Projects may be required to be designed using metric
system. Services during a project's construction phase may also be
required. 3. SELECTION CRITERIA: See CBD Note No. 24 (Monday issue) for
general description of selection process. Selection criteria in
descending order of importance are as follows: (a) Professional
Qualifications: This type of Indefinite Delivery Contract will require,
(either in-house or through consultant) as a minimum, the following:
Two Architects, three Electrical, three Mechanical, two Civil and two
Structural Engineers. The firm must also have the capability to
accomplish Value Engineering, Cost Estimating, Specification Writer,
Surveying, Construction Inspection, Environmental Design/ Remediation
Expertise, lab testing and design to Fire Protection/Life Safety codes.
(b) Specialized Experience and Technical Competence: (1) The selected
team must demonstrate extensive experience in the design of: New
construction, repair, renovation or alteration of existing mechanical,
electrical systems and infrastructures paying particular attentions to
area regulations and requirements. (2) Firms must show experience in
evaluating contractor's submittals and construction surveillance. (3)
Firms must have at least two year's experience in Fire Protection/Life
Safety Design and be familiar with the use and application of NFPA
codes 80 and 101 and MIL-HDBK-1008B. (4) Firms must demonstrate
experience in working with a testing laboratory to design for water
quality, removal of friable asbestos and remediation of lead-based
paint hazards and underground toxic substances. (c) Firms must show
adequate team capacity to design three delivery orders, concurrently
meeting all schedules. (d) Firms must demonstrate past performance with
respect to cost control, quality of work, and compliance with
performance schedules. (e) Geographical Location: Firms must show
familiarity with the TX, NM and LA areas. Firms must address fast
response capabilities. (f) Firms must demonstrate the capability to
prepare specifications and construction cost estimates on IBM
compatible equipment. Construction cost estimates will be prepared
using our PC based computer Aided Cost Estimating System (M-CACES)
(Software will be provided). Computer Media for a Computer Aided Design
and Drafting (CADD) system will be Auto CADD or Intergraph compatible.
4. SUBMITTAL REQUIREMENT: (a) See Note No. 24 for general submission
requirements. Interested firms must provide one submittal package
including an original SF 254 and SF 255 no later than 4:30 p.m. on the
30th day after the date of this announcement, or the date noted above,
whichever is latest, to be considered. The 11/92 version of the forms
must be used. If the 30th day is a Saturday, Sunday or Federal Holiday,
the deadline is 4:30 p.m. of the next business day. (b) Responding
firms must submit a current and accurate SF 254 for themselves and each
proposed consultant. It must be provided for the specific office
proposed to do the work. Indicate in Block No. 4 of SF 254 if your firm
is a Large, Small, Small and Disadvantaged or Woman-Owned Business. To
be classified as a small business under SIC Code 8711, a firm's
average annual receipts or sales for the preceding three fiscal years,
must not exceed $2.5 million. (c) Submit only one SF 255, completed in
accordance with the instructions. It must contain information in
sufficient detail to identify the team (prime and consultants) proposed
for the contract. (d) Include CBD announcement number in Block No. 2b
of the SF 255. (e) In Block No. 6 of the SF 255, identify the
discipline/ service to be supplied by each consultant. Provide brief
resumes of the on-staff or consultant employees you intend to use to
perform the work in the anticipated design time and the type of
projects they will perform in Block No. 7 of your SF 255. Block No. 7
may be repeated as needed to identify all the major disciplines and key
team members. Selection will be based on the total team members
presented in your SF 255, primarily in Block No. 4. Resumes must be
submitted for all personnel listed in Block No. 4 to meet the minimums
stated in 3a. (f) In Block No. 10 of the SF 255, include a draft
Design Quality Control (DQC) Plan. It should include a brief
presentation of internal controls and procedures that you use to insure
that a quality design is produced. (g) Block No. 10 will be limited to
ten pages maximum. (h) Personal visits to discuss this project will
not be scheduled. (i) Solicitation packages are not provided for A-E
contracts. This is not a request for proposal (see Note No. 24).
(0042) Loren Data Corp. http://www.ld.com (SYN# 0028 19970213\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|