|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1998 PSA#2014Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- ARCHITECT-ENGINEER SERVICES ARE REQUIRED FOR ONE MULTI-DISCIPLINE
INDEFINITE DELIVERY TYPE CONTRACT FOR DESIGN OF NEW BARRACKS AND
BARRACKS RENOVATION PROJECTS IN SUPPORT OF BALTIMORE DISTRICT MISSIONS
SOL DACA31-98-R-0024 DUE 021798 POC Susan Sonenthal 410-962-7646
E-MAIL: susan.j.sonenthal@usace.army.mil,
susan.j.sonenthal@usace.army.mil. 1. CONTRACT INFORMATION: a.
Architect-engineer services to be primarily performed under this
indefinite delivery-type contract will provide facility designs,
related studies, and support during construction for new barracks and
barracks renovation projects throughout the Baltimore District. These
services may also be requested for other types of buildings. This
procurement is unrestricted and is therefore open to all businesses
regardless of size. The indefinite delivery-type contract to be
negotiated will be for one base period and two option periods. A period
will not exceed one year. Cumulative total of all delivery orders shall
not exceed $750,000.00 per period. Total contract amount is
$2,250,000.00. Individual delivery orders shall not exceed the contract
amount. The basis for selecting an AE for a particular delivery order
will be based on several factors. Among these factors are anticipations
of customer needs, customer satisfaction, timeliness, any unique
specialized experience that the AE canoffer, performance and quality of
deliverables under the contract, along with contractor responsiveness.
While this process is not necessarily a "subjective" process, the
intent of this contract is to satisfy customer needs in an expeditious
and cost-effective mode. SUBCONTRACTING PLAN REQUIREMENTS: If the
selected firm is a large business concern, a subcontracting plan with
the final fee proposal will be required, consistent with Section 806
(b) of PL 100-180, 95-507, and 99-661. A minimum of 30% of the total
planned subcontracting dollars shall be placed with small business
concerns. At least 15% 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. Participation of small businesses (SB), small disadvantaged
businesses (SDB), historically black colleges and universities (HBCU),
and minority institutions (MI) will be considered regardless of whether
the SB, SDB, HBCU or MI is a subcontractor or teaming partner. PROJECT
INFORMATION: a. In general terms, the primary projects to be
accomplished under this contract shall consist of new barracks or the
modernizing and converting of all floors (including basements and
attics) of existing barracks to provide housing for unaccompanied
enlisted personnel meeting the current Army barracks standards. An
existing barracks may be an historic structure. Features to be provided
include living/sleeping rooms, semi-private baths, kitchenettes,
walk-in closets, storage, arms room, and company operations. Work
includes removal of existing interior finishes and non-load bearing
partitions; removal of existing electric, water, sewage, & heating,
ventilation and air conditioning (HVAC) distribution systems;
installation of new interior finishes and non-load bearing partitions;
installation of new utility distribution systems; installation of new
cable television, communication,and data transmission systems;
installation of heat & smoke detection and fire sprinkler systems;
installation of an intrusion detection system (IDS) in the arms room;
repair/replacement of exterior windows & doors; removal & disposal of
lead paint & asbestos; and site improvements. Interior and furniture
design may be required. Seismic upgrading may be required. If an
existing barracks is an historic structure, retaining interior &
exterior historic features is to be coordinated with the applicable
State Historic Preservation Office (SHPO). If the project is in the
National Capital Region, the work is to be coordinated with National
Capital Planning Commission (NCPC) and Commission of Fine Arts (CFA).
Designs are to be in metric units. Completed documents shall include
detailed construction plans, specifications, design analysis, estimate
of construction cost, and related administrative data. b. The AE firm
selected shall provide the final design products in the CADD format
used by the military installation on which the barracks is located. The
design is not required to be performed using a specific CADD system.
However, the AE will be required to provide any digitizing and/or
translation services necessary to deliver the final design products in
the aforementioned CADD format. The products delivered must be able to
be accessed directly by the Government's target CADD system without
requiring translation, preprocessing, postprocessing or additional
software. It will be the responsibility of the selected AE firm to
ensure this level of compatibility. c. The above described work may
require some or all of the following disciplines: architect & landscape
architect; civil, electrical, fire protection, geotechnical,
mechanical, plumbing, & structural engineers; interior designers;
specification writer; designer & technician; drafter & CADD operators;
historian; cost estimator; surveyor & survey team; industrial
hygienist & technician; and clerical/word processing. 3. SELECTION
CRITERIA: The criteria that will be the basis for selecting firms are
identified in Numbered Note 24. Additional special criteria include the
following: a. All responding AE firms must provide discussion of their
ability to provide the final design products in the indicated CADD
format. b. Specialized experience with design of new or renovation of
existing barracks or dormitory-type buildings; coordinating designs of
historic & non-historic buildings with National Capital Planning
Commission (NCPC), Commission of Fine Arts (CFA), & state Historical
Preservation Offices (SHPOs); seismic upgrading of existing buildings;
and lead paint & asbestos investigation & testing. 4. SUBMISSION
REQUIREMENTS: See Note 24 for general submission requirements. Note 24
is written in detail in any Monday issue of the CBD. Interested firms
being able to perform this work must submit SF 255 for the prime and
SF 254 for the prime and for each consultant to the above address not
later than close of business on 17 February 1998. The date of this
announcement. The SF 255 and SF 254 shall clearly indicate the staffing
of the office indicated to the do the work. We require only one copy of
a proposal (SF 255/SF 254). We will request that short listed firms
submit extra copies of their proposals. The Baltimore District does not
retain SF 254's on file. In SF 255, block 3b, provide the firm's ACASS
(Architect-Engineer Contract Administration Support System) number. If
your firm does not have an ACASS number, calling 503-808-4591 can
obtain it from the Portland District Corps of Engineers ACASS database
section. In SF 255, Block 9, provide contract award dates for all
projects listed in that section. Provide the ACASS numbers for the
consultants in block 6. One preselection board and one selection board
will be conducted from this solicitation. We will conduct telephone
interviews with the firms short-listed (in this case, usually three
firms). Mailing address ATTN.: Susan Sonenthal, Room 7000, 10 South
Howard Street, Baltimore, MD 21201. For questions, Mrs. Sonenthal can
be reached on 410-962-7646 and via Internet,
susan.j.sonenthal@usace.army.mil. Solicitation packages are not
provided. This is not a request for proposal. (0015) Loren Data Corp. http://www.ld.com (SYN# 0015 19980120\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|