Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 26,1997 PSA#1980

U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230

C -- A/E SERVICES FOR UP TO (5) INDEFINITE DELIVERY TYPE (IDT) CONTRACTS WITHIN THE FORT CAMPELL, KY AREA SOL w22w9k-7322-6006 POC Linda J. Hunt-Smith, (502)582-5070, Contract Specialist WEB: Linda J. Hunt-Smith,, http://www.orl.usace.army.mil/ceorl1. 1. CONTRACT INFORMATION: The proposed services will be obtained by a negotiated Firm Fixed Price Contract. The maximum amount of each contract shall not exceed $5OO,OOO, and no individual delivery order shall exceed $200,OOO. The estimated construction cost is between $25,OOO and $2,OOO,OOO. Estimated starting and completion dates are March 1998 to April 1999 repectively. The contract period is one year from date of award, with an option to extend an additional two years for an additional $5OO,OOO for each option exercised. 2. PROJECT INFORMATION: Activities such as preparation of plans, specifications, construction cost estimates, technical studies, and hazardous material surveys, analysis and abatement methodology in the support of design projects as identified during the term of the contract will be required. Expected projects would involve building repairs, upgrades, renovations and new construction to include painting, windows and doors; structural analysis and design; mechanical systems-HVAC,plumbing; electrical systems; Life Safety Codes; site work and drainage; fire protection; interior space planning and design, survey analysis, and abatement design for hazardous materials encountered in building demolition and renovation (i.e. PCB's, asbestos and lead in such forms as electrical appurtenances, painted surfaces, floor tiling, pipe insulation, and roofing felts). The A/E contractor may also be required to prepare various service contracts for award. (i.e. Storm Water Management, Construction Debris Landfills and Grounds Maintenance Contracts). Some projects may require partnering with the selected firm. 3. SELECTION CRITERIA: The selection criteria in descending order of importance (first by major criterion and then by each sub-criterion) are listed below. Criteria a-d are primary and e-h are secondary. a. Professional Qualifications: Resumes must indicate (by project assignment) a designer and a checker with education, training, and specialized experience in each of the following fields with at least one in each field professionally registered: Architecture, Civil Engineering, Structural Engineering, Mechanical Engineering, Electrical Engineering, Sanitary Engineering. In addition, professionals qualified by education, certification, training, and specialized experience in the following fields are required and must be identified by project assignment: Land Surveyor, Industrial Hygienist (individual must be certified by the American Board of Industrial Hygiene (ABIH) as a Certified Industrial Hygienist(CIH)), and a Field Inspector. The field inspector must have successfully completed an EPA approved course for building inspectors and asbestos management planners. b. Specialized experience: Technical competence and specialized experience in the expected activities identified above as evidenced by the resumes of the personnel assigned to this project. Expertise in Hydraulics, Geotech, Hazardous Material Inspection and Abatement Methods, Interior Design, Fire Protection, Life Safety Codes, Geologyand Hydrology is required and must be documented in the SF 255. Technical competence and experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials must be documented. In addition, a laboratory, accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be identified. Construction cost estimating must be accomplished using the Micro-Computer Aided Cost Estimating System (M-CACES) software (software will be furnished), RS Means, or other approved software package (only M-CACES software will be furnished by the government). Specifications must be electronically developed using Corps of Engineers Guide Specifications (CEGS). Certain sections will be specific to Ft. Campbell. Drawing development,All CADD drawings shall be developed using Bentley Microstation (DGN), version 5.0,(or later). A formalized project specific Quality Control (QC) Plan must be prepared and submitted identifying the process that the prime firm and consultants will follow to minimize errors and omissions for the activities as specified above. Only resumes identifying the professionalism and specialized experience of the design group are necessary. other available personnel may be specified in paragraph lO of SF255. c. Capacity to complete the work in the required time. Firms must demonstrate capacity to accept two $200,000 task orders and execute both within 120 days. d. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Geographical location and knowledge of the locality of the project. f. Volume of DoD contract awards in the last 12 months as described in Note 24. g. Superior performance evaluations on recently completed DoD contracts. h. Extent of participation of SB, SDB, historically black collages and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMITTAL REQUIREMENTS: It is requested that interested firms list the fee amount and date of all DoD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF 255. c. Responding firms must submit a current and accurate SF 254 for each proposed consultant. Additionally, all responding firms which do not have a current (within the past 12 months) SF 254 on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF 254. If a SF 254 is included, only the 11-92 edition of the form will be accepted. The business size status (large, small and/or minority) should be indicated in Block 3 of the SF 255. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. d. No other information including pamphlets or booklets is requested or required. e. No other general notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A/E contracts. This is not a request for proposals. U.S. Army Corps of Engineers, 60O Dr. Martin Luther King Jr. Place, Room 821, ATTN: Linda J. Hunt-Smith, Louisville, Kentucky 4O2O2-223O (352) (0328)

Loren Data Corp. http://www.ld.com (SYN# 0016 19971126\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page