|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 4,1997 PSA#1923Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- TWO (2) FIRM-FIXED PRICE INDEFINITE DELIVERY TYPE
(MULTI-DISCIPLINE) CONTRACT FOR TOBYHANNA ARMY DEPOT, TOBBYHANNA, PA
SOL DACA31-97-R-0071 DUE 100697 POC Contact Patty Hensley (410)962-7718
Project Description: (DACA31-97-R-0071) 1. Contract information: Two
(2) Firm-Fixed Price A-E Indefinite Delivery Type (Multi-Discipline)
Contract for Tobyhanna Army Depot, Tobyhanna, PA, but may be used by
other federal agencies throughout the United States each contract will
be for a 12-month period and will contain an option to extend for up
to two additional periods. The contract amount for the base period and
any option period will not exceed $500,000 each period. Individual
task orders shall not exceed the annual contract amount. When one or
more AE Indefinite Delivery- Type contracts with similar scopes of work
exists, the basis for selecting an AE for a particular delivery order
will be based on several factors. Among these factors are current
capacity of the contracts, ability of the AE to perform the task in the
required time, any unique specialized experience that the AE can offer,
and performance and quality of deliverables under the AE's current
IDTC, along with customer responsiveness. While this process is
necessarily a "subjective" process, the intent of this contract is to
satisfy customer needs in an expeditious and cost effective mode. The
concentration of work will be for Tobyhanna Army Depot, PA, but may be
used by other federal agencies throughout the United States. 2.
PROJECT INFORMATION: Work may consist of preparation of reports,
studies, design criteria, design and other general architect
engineering services for alteration, maintenance, repair, and new
construction projects; development of plans and specifications for
individual projects including renovation, repair, or construction of
building or building systems; replacement of utility plants and systems
such as air conditioning, heating, mechanical, ventilation, interior
and exterior electrical supply and distribution; site work including
roads, pavements, drainage structures and other land improvements. The
firm shall have the capability to survey and inspect structures,
utilities, pavements, bridges, dam and impoundment structures and
develop reports detailing recommended maintenance and repair; and
perform detailed land surveys as required in support of assigned work
Firm shall document evidence of experience in stormwater management,
sedimentation, and erosion control. The firm shall also have the
capability to provide other multi-discipline engineering services
including architectural (to include historic preservation and interior
furnishings design); civil, structural (to include seismic
requirements), mechanical, electrical, lighting, plumbing, sanitary,
environmental (to include groundwater surveys, sampling and treatment),
and communications (voice and data) engineering; fire protection;
landscape architecture; topographic surveying; cost estimating;
asbestos, radon, and lead paint surveys;and testing and abatement
design. Staff shall include registered or certified personnel,
including certified industrial hygienist. Firm shall be capable of
developing DD1391 and Project Design Brochures. Firm's staff must be
capable of responding to multiple work orders concurrently and within
specified performance periods. Products shall be produced to Corps of
Engineer guidelines and in specific formats as follows: specifications,
reports, databases, and similar items in Autocadd 12. SUBCONTRACTING
PLAN REQUIREMENTS: If the selected firm is a large business concern, a
subcontracting plan will be required with the proposal to the
solicitation. It shall be consistent with Section 806 (b) of PL100-80,
95-507, and 99-661. A minimum of 65% of the total planned
subcontracting dollars shall be placed with small business concerns. At
least 10% of total planned subcontracting dollars shall be placed with
small disadvantaged businesses, including Historically Black College
and University or Minority Institutions, and 8% with women-owned small
businesses. The plan is not required with this submittal. 3. SELECTION
CRITERION: See Note 24 for general A-E selection process. The lead A-E
firm should have the capabilities either in house or through the use
of the subcontractors to proide the following: architectural, civil,
structural, mechanical, electrical, lighting, plumbing, sanitary,
environmental, communications, fire protection, landscape architecture,
topographic surveying, cost estimating; asbestos, radon, and lead paint
surveying; testing and abatement design apabilities. A-E firm selected
should demonstrate specialized experience in the preperation of DD1391
(Project Programing Document) and Project Development Brochures; firm
should also demonstrate specialized experience and technical competence
in historic preservation in the state of Pennsylvania; and specialized
experience in renovations. 4. SUBMISSION REQUIREMENT: See Note 24 for
general submission requirements. (Note 24 is written in detail in any
Monday issue of the CBD). Interested firms having capabilities to
perform this work must submit SF255 & SF254 for the prime and joint
ventures(s) and SF254, block 3b, provide the ACASS number for the prime
firm. In SF255, Block 6, provide the ACASS number for each consultant,
(if available). Be advised that Baltimore District does not maintain
SF254's on file. Notwithstanding the statements to the contrary in
General Note 24 and Block 6 of the SF255, only SF254's submitted with
the SF255 will be considered in the evaluation. Submit responses not
later than October 6, 1997 to US Army Corps of Engineers, City Crescent
Building, 10 South Howard St., Room 7000, Baltimore, MD 21201.
Solicitation packages are provided only to the selected firm after
selection approval. Results of selection will be mailed to non-selected
firms approximately 70 days after closing of this announcement.
Technical Point of contact, Harry Sauers, can be reached at
(717)895-6463. Contracting Point of contact can be reached at Internet:
Patty.Hensley@usace.army.mil or (410)962-7718. In order to comply with
Debt Collection Improvement Act of 1996, effective March 1, 1998, all
contractors must be registered in the Central Cotractor Registration
(CCR) to be considered for award of a Federal contract. Contact CCR Web
site at http"//www.acq.osd.mil/ec. Registration can also be
accomplished via dial up modem at 614-692-6788 (User ID:ccrpud;
Password:pub2ccri) or through any DoD Certified Value Added Network.
Additionally, a paper form for registration maybe obtained from the DoD
eletronic Commerce Information Center at 1- 800-334-3414." This is not
a request for proposal. (0245) Loren Data Corp. http://www.ld.com (SYN# 0015 19970904\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|