|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1998 PSA#2088U.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 ARCHITECTURAL CIVIL & STRUCTURAL) PROJECTS ASSIGNED TO
THE FORT WORTH DISTRICT (PRIMARILY FORT SAM HOUSTON, TX) SOL
DACA63-98-R-0014 POC SHARON McLELLAN (817)978-3939 WEB: Corps of
Engineers, Fort Worth District, Contracting Division,
http://EBS.swf.usace.army.mil/. E-MAIL: W-117 SN193867,
barbara.zimmer@SEF02.usace.army.mil. 1. CONTRACT INFORMATION: The
proposed A-E services will be obtained under a negotiated indefinite
delivery fixed price contract. The contract will be for a base period,
not to exceed one year, and one option period of not to exceed one
year. The contract will be for a not-to-exceed maximum amount of
$2,000,000.00 ($1,000,000.00 basic; $1,000,000.00 for one option
period). The maximum task order amount will be a not-to-exceed
$1,000,000.00. Projects outside the primary area of responsibility may
be added at the Government=s discretion upon agreement with the
applicable District and/or agency. All work must be performed by or
under the direct supervision of licensed professional Engineers or
Architects. SIC Code 8712 and 8711 apply. The contract is expected to
be awarded on or about September 1998. 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
61.2% of the contractor's total intended subcontract amount be placed
as follows: 9.1% be placed with Small Disadvantaged Businesses (SDB),
9.4% be placed with Historically Black Colleges/ Universities or
Minority Institutions; 4.5% be placed with Women Owned Small Businesses
(WOB) and the remaining 38.2% be placed with Small Businesses (SB) for
a total of 61.2%. The plan is not required as part of this submittal.
The contract is expected to be awarded on or about September 1998. The
Service Contract Act will apply to this contract. 2. PROJECT
INFORMATION: The work will involve design, drafting, planning, studies
and site investigations. A-E services are required to provide multi-
disciplinary architectural, engineering and design services in support
of Fort Sam Houston=s Historic Preservation Program. Work requires use
of an historic preservation architect, an historic landscape architect,
and architectural/engineering team experienced in the maintenance,
repair and modification of historic structures. The team must
demonstrate a working knowledge of the Secretary of the Interior=s
standards for rehabilitation. Work includes historic preservation,
field investigations, technical feasibility assessments, design
analysis and preparation of plans and specifications in accordance with
applicable military criteria and standards. Work may also include
designs/studies for value engineering, landscaping, architectural
hardware, environmental or EPA considerations. All designs will require
the capability to design for Uniform Federal Accessibility Standards
(UFAS) and Americans with Disabilities Act (ADA). Services during a
project's construction phase may also be required. 3. SELECTION
CRITERIA: See CBD Note 24. Selection criteria listed in descending
order of importance are as follows: A. Professional Capabilities: (1)
This contract will require, (either in-house or through consultant) as
a minimum, the following: 3 Architects, 1 Landscape Architect,
Architectural Hardware Specialist, 3 Civil and 3 Structural Engineers,
2 Electrical, 2 Mechanical, Value Engineer, Cost Estimating and Land
Surveyors, Environmental Design/Remediation Expertise, lab testing, air
monitoring and design to Fire Protection/Life Safety codes. (2) All
three qualified Historical Architects are required on all projects in
a hands on capacity as opposed to oversight or review. At a minimum,
these individuals must have a BA Degree in Architecture plus the
following: (a) Recent experience/activities in preservation projects as
the person=s main practice; (b) At least 1 year of graduate study in
one of the following: (1.1) Architectural Preservation, (2.2) American
Architectural History, (3.3) Preservation Planning (additional
full-time experience on preservation projects may replace graduate
study). (c) Architectural Registration (d) A minimum of 2 years of
practical experience on architectural historic preservation and
restoration projects. (e) The firm shall identify the key design staff
who will actually perform the work and demonstrate the architect=s
qualifications in this regard in the Block 7 resumes of the SF 255. B.
Specific Experience and Technical Competence: Fort Sam Houston
contains in excess of 900 historical buildings and structures, some of
which are listed on the National Register of Historic Places. (1) The
selected team must demonstrate extensive experience in renovating this
type of historical structure. (2) Firms must also demonstrate
experience in maintenance, repair and alteration of historic facilities
and infrastructures in the central, south central, USA, indicating the
percentage of your firm=s fees for work of this nature in the last 3
years. Provide your firm=s experience in studies and/or design of
utility systems, interior design, value engineering, landscaping, and
new construction. (NOTE: Value Engineer must have completed at least 40
hours of training and have at least 4 years of experience.) (3) Firms
must show experience in evaluating contractor's submittals and
construction surveillance. (4) Firmsmust have at least five year's
experience in Fire Protection/Life Safety Design and be familiar with
the use and application of NFPA codes 80 and 101. (5) 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. (6) Firm must
demonstrate success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design. C.
Firms must show adequate team capacity to design five task orders
concurrently meeting all schedules. D. Demonstrate past performance
with Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules. E.
Geographical Location: Firms must show familiarity with Fort Sam
Houston, TX and the surrounding area and must address fast response
capabilities. F. Computer Media for a Computer Aided Design and
Drafting (CADD) system shall be Bentley Microstation 95 or 97SE.
Specifications, Design Analysis, Cost Estimates and other project
documents, for Fort Sam Houston=s use, shall be completed using
Microsoft Office 97 (Microsoft Word and Excel) on IBM compatible
equipment. Construction cost estimates, prepared for the Fort Worth
District=s use, will utilize our PC based computer Aided Cost
Estimating System (M-CACES) (Software will be provided by the
Government). If any other media is used, the firm will be fully
responsible for providing the Government with any and all conversion
software, including appropriate licenses and documentation as required
at no additional cost to the Government. All documents shall be
provided on 3 1/2" CD ROM=s. G. In Block No. 10 of the SF 255, show
last 12 month's DOD awards. H. Extent of participation of SB, SDB,
HBCU/MI and WOB in the proposed contract team, measured as a percentage
of the estimated effort. Large firms must submit consultants to meet
these goals. (This item will be used as a tie breaker during the
selection process.) I. Block No. 10 will be limited to ten pages
maximum. 4. SUBMITTAL REQUIREMENT: A. See Note 24. 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 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 the prime firm 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, a firm's average annual receipts or
sales for the preceding three fiscal years, must not exceed $2.5
million. C. Submit only one completed SF 255. 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. 4 of the SF 255,
insert the number of personnel proposed for the contracts (not
necessarily total capacity), Consultants as (A) and in-house as (B). F.
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 intended for use to perform the work in the
anticipated design time and the type of projects they will perform in
Block No. 7 of the 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 the 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 paragraph 3.A(1). G. 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 are used to insure that a quality design is produced.
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. Copies Furnished: CESWF-EC-AE (McLellan)
(0120) Loren Data Corp. http://www.ld.com (SYN# 0020 19980505\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|