|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1997 PSA#1869US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26
Federal Plaza, Rm 1843, New York, N.Y. 10278-0900 C -- FT. DIX IDTC #6&7 ENVIRONMENTAL CONTRACTS POC Willien Cunningham,
(212)264-9123. U.S. ARMY CORPS OF ENGINEEERS, NEW YORK DISTRICT 26
FEDERAL PLAZA, NEW YORK, NEW YORK 10278-0090, ATTN: CENAN-EN-MR C
ARCHITECT-ENGINEER SERVICES FOR INDEFINITE DELIVERY CONTRACTS #6 & #7
FOR GENERAL ARCHITECTURAL/ENGINEERING SERVICES, PRIMARILY ENVIRONMENTAL
ENGINEERING FOR FT. DIX & ITS SUPPORTING AREAS. SOL CBAEEN-5122-025 POC
MORRIS BURLSON. 212-264-9123, -- Location of Work: Fort Dix Boundaries
and supporting areas. Scope of Services required: Prepare planning
studies including DD-1391's and/or Project Design Brochures, site
surveying and field investigations, preparation of design and
construction documents, including plans, specifications and cost
estimates, and design analysis and construction services for various
projects to include, but not limited in scope to primarily
environmental engineering services. The environmental work requirements
will include but not limited to: developing sample plans for sampling
and testing asbestos containing materials (ACM) and other toxic
materials, sampling and testing for ACM and other toxic materials in
existing facilities, studies, risk assessments and reports recommending
asbestos and other toxic material abatement, removal and and/or
demolition methods and procedures, preparation of plans,
specifications, design analysis and cost estimates for construction,
demolition, abatement and/or removal of ACM and/or other toxic
materials and/or structures containing ACM and/or other toxic
materials. Preparations of Environmental Assessments, New Jersey
Department of Environmental Protection permit applications, Soil
Conservation District Applications, Pinelands Comprehensive Management
Plan application for development and County Septic System approval
applications which require sealed and stamped drawings by a
Professional Engineer (PE) in the State of New Jersey. In addition,
work may also consist of the performance of remedial
investigations/feasibility studies for leaking underground storage
tanks, preparation of plans, specifications, cost estimate for the
installation of ground water monitoring wells, the collection and
analysis of ground water, surface water, sludge and soil samples,
preparation of operation and maintenance contract specifications for
the repair, maintenance of sewage/potable water facilities, cultural
and pre-historic archeology surveys/assessments. Projects outside the
primary area of responsibility may be added at the Governments
discretion upon agreement of the selected firm(s). These services shall
be provided under two (2) Indefinite Delivery Contracts. The cumulative
amount of all delivery orders for each contract shall not exceed
$1,000,000.00 and each delivery will not exceed $1,000,000.00. Delivery
Orders for each contract may be issued for a period of one year from
the date of contract award or until the $1,000,000 limit is reached,
whichever comes first. Each contract will include an option for two
additional years under the same terms and conditions of the basic
contract. The Government's obligation to guarantee a minimum amount for
payment will apply to both the first, second and third years. The
guaranteed minimum is $20,000 for the first year and $10,000 for the
second and third years. Technical capability required. Full in-house
capability preferred. Firms not having full in-house capability must
demonstrate how they will manage subcontractors and insure Quality
Control. The (Prime) firm must identify in their submittal, the
quantity and number of personnel in each discipline available in their
working office. A AQ/QC plan must be included in their submission. The
(Prime) firm's staffing must include experienced professionals (PE) in
the following areas of expertise, Environmental Engineering,
Asbestos/Lead/Toxic and Hazardous Materials, Environmental/Toxic and
Hazardous Waste, Archeology, Biology, Hydrogeology and Hydraulics,
Geology and Soil, Water, Material Sampling and Lab Testing. Since the
A/E services are primarily Environmental in scope, the prime should
have full in-house capability with this discipline and have onstaff, an
Environmental Engineer licensed in the State of New Jersey. Also the
firm should have on staff, a New Jersey Licensed Professional Engineer
(PE) certified by the State of New Jersey to sample and test for
Asbestos and other toxic materials. The selected firm shall be required
to review all phases of In-house designs and sign and seal the In-house
drawings as required. The firm must be able to identify the following
support personnel: Architects, Civil, Structural, Mechanical,
Electrical and a Licensed Fire Protection Engineer. Landscape
Architects, Interior Designers, Surveyors, Estimators, Technical
/Specification Writers, Drafters, and Construction quality
Assurance/Project Management personnel. Maintenance and repair design
experience, and new construction design experience is required.
Familiarity with design is preferred for major disciplines. The firm
must also identify a NFPA Certified Fire Protection/Detection
Specialist and a Licensed Industrial Hygienist. Lead/Asbestos
professional registration in the State of New Jersey. Special
Qualifications: Previous experience with design of projects on military
installations is preferred. Experience in the preparation of Project
Funding Justification Document (DD1391) is also preferred. Responding
firms should indicate their ability to access an electronic bulletin
board and Automated Review Management Systems (ARMS) via a Hayes or
compatible modem, through an IBM compatible PC. Past experience with
the Corps M-CACES Gold Cost estimating program and Excel 4.0 or the
firm's capability to use these programs are required. In addition,
firms should indicate their CADD capability and Intergraph capability.
The firms must also be able to strictly adhere to the following
Geographic Information System (GIS) format: In order to facilitate the
integration of environmental, facilities, and planning data into the
Fort Dix Geographic Information System all spatial data delivered by
the CONTRACTOR must be submitted in digital format in addition to the
hard copy requirements as stated in this contract. Additionally, all
final reports and textual data shall be delivered in digital format. 1.
Media For Delivery of Data All digital data, as outlined in this
section, shall be delivered on one of the following media: 1. Compact
Disc 2. 3.5 inch high density floppy diskette 3. 8mm Data Cartridge 1.
Data Collected through the Global Positioning System All data
collected by the CONTRACTOR utilizing GPS equipment shall be delivered
as an ASCII file in a format compatible with Intergraph's MGE ASCII
Loader. Many GPS software systems directly output into the Intergraph
format, therefore this should not prove to be an undue burden.
Additionally, at the Army's request, the CONTRACTOR shall provide the
original corrected and uncorrected GPS files for verification and
confirmation of attribution and position. The corrected positional
accuracy shall not exceed 1 meter in accuracy. The coordinate system,
units, and formats shall conform to those outlined below in section 3.
I. Data Delivered in Graphics Format (Data without attribution) All
CADD and GIS data deliverables required under this contract shall be
delivered by the CONTRACTOR in MicroStation (Ver. 5.0 or later) design
(.dgn) file format. Such a file will conform to the parameters listed
below. Upon request, the Army will provide a seed file to the
CONTRACTOR which conforms to these standards to assist in the creation
of new files. Coordinate System Coordinate System: State Plane 1983 --
Zone 2900 (New Jersey) Geodetic Datum: North American 1988 Ellipsoid:
GRS80 Units and Formats Geographic Units: degree:minute:second Format:
Longitude, Latitude ; Positive N,E Precision: 1.00E-04 Projection
Units: feet Format: Easting, Northing Precision: 1.00E-03 Distance
Units: feet Precision: 1.00E-03 Angular Units: degrees Precision
1.00E-06 Vertical Datum & Heights Vertical Datum: North American
Vertical Datum 1988 Height Type: Orthometric Undulation Model: Average
Undulation Height: Units: feet Precision: 1.00E-03 Geocentric Units:
feet Precision: 1.00E-03 Spherical Model Model Type: Equatorial Model
Parameters: 20925646.32 Radius: 5 ft. 1. Data Delivered in GIS Format
The CONTRACTOR is required to adhere to the Tri-Service Spatial Data
Standards (TSSDS) in all data collection, attribution, and graphical
representation as they apply to the contract. A copy of the TSSDS is
available via the World Wide Web at [http://mr2.wes.army.mil/] or from:
Tri-Service CADD/GIS Technology Center 3909 Halls Ferry Road Vicksburg,
MS 39180-6199 1-800-522-6937. All Geographic Information System data
delivered shall be compatible and directly importable into the current
Fort Dix GIS. The data delivered shall be in Arc/Info export format or
as an Intergraph MGE ASCII file. The coordinate parameters shall match
those stated in section 3 above. 1. Reports and Textual Data All
Reports and textual data shall be delivered in digital format. Said
reports shall be in Microsoft Word, Excel, PowerPoint, or Access
format. The closing date for submitting SF255 is 30 days after the
advertising date. If this date falls on a Sunday or holiday, the
closing date will be the next business day. Firms should submit their
qualifications on 11-92 version of the SF255 and SF254. The SF254
should reflect the firms overall capacity, whereas, SF255 should
reflect only the personnel dedicated to the specific project referenced
in the submittal. These guide lines 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. Personnel qualifications necessary for satisfactory
performance of required services (PE). Specialized experience and
technical competence in the type of work required. Capacity to
accomplish the work within the required time. Past performance on
contracts with Government agencies and private industry in terms of
cost control, quality of work and compliance with performance
schedules. Location in the general geographical area of the New York
District boundaries and knowledge of the localities provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the project. Extent of
participation of small business, 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. 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. Appropriate start date: December 1997 and Appropriate
Completion Date: December 1999. Small and Small disadvantaged firms are
encouraged to participate as prime contractors or as members of joint
ventures with other small businesses, and all interested Contractors
are reminded that the successful Contractor will be expected to place
sub-contracts to themaximum practical extent with small and
disadvantaged firms in accordance with Public Law 95-507. If a large
business is selected, a small business subcontracting plan will be
required prior to award. 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. 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. Debriefing(s)
will occur within 14 calendar days after receipt of the written
request. 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 submittal should be sent to Mr.
Morris Burlson, CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, New
York 10278-0090, 212-264-9123 (0125). (0167) Loren Data Corp. http://www.ld.com (SYN# 0017 19970618\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|