|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1998 PSA#2211US ARMY ENGINEER DISTRICT -- EUROPE, CONTRACTING DIVISION (CENAU-CT),
KONRAD ADENAUER RING 39, 65187 WIESBADEN GERMANY C -- INDEFINITE DELIVERY CONTRACT ARCHITECT-ENGINEER SERVICES,
USAREUR, HEIDELBERG, GERMANY SOL DACA90-99-R-0003 DUE 113098 POC
Contract Specialist Fay Jones 0611-816-2629 (Site Code DACA90)
C.PLANNING STUDIES AND SPECIAL ENGINEERING ASSESSMENTS, HQ USAREUR,
HEIDELBERG, GERMANY, POC Norman W. Cotter, 011-49-611-816-2729. 1.
CONTRACT INFORMATION: Planning studies and special engineering
assessments, procured in accordance with PL 92-582 (Brooks A-E Act) and
FAR Part 36, are required primarily for planning and analyzing
utilities and energy systems primarily in Germany but also including
Italy, Belgium and the Netherlands. A-E services may also be required
throughout the U.S. Army, Europe (USAREUR) theater of operations such
as Macedonia, Bosnia-Herzegovina and Croatia. One indefinite delivery
contract will be awarded, with a base period not to exceed one year and
one option period. The amount of work in each contract period will not
exceed $750,000 with a maximum amount per task order of $300,000. An
option period may be exercised when the contract amount for the base
period has been exhausted or nearly exhausted. Work will be issued by
negotiated firm-fixed price task orders. The contract are anticipated
to be awarded in January 1999. This announcement is open to all
businesses regardless of size. 2. PROJECT INFORMATION: Tasks involve
data collection, analysis, project planning development and validation,
engineering assessments, energy management training, and conference
execution. Reports will be written involving primarily planning studies
and special engineering assessments which may address economic analyses
for privatization of utility systems, central heating plant economics,
boiler technology, combustion plans, operations and maintenance of
Directorate of Public Works (DPW) facilities, plants and systems,
buildings and structures, roads and pavements, evaluation of utility
distribution systems, electronic security systems, and electrical
system metering analysis. Further development of energy and utilities
policy and planning guidance for field managers and engineers will be
addressed to include an energy contingency plan, energy planning and
data analysis, utilities and engineer project formulation, studies and
analyses of Utilities and Energy Monitoring and Control Systems
(UEMCS), demand limiting, project site validation, economic analysis
including life cycle cost analysis and technical analysis.
Additionally, Architect-Engineer services may be required for
construction supervision and inspection. 3. SELECTION CRITERIA: See
Note 24 for general A-E selection process. The selection criteria are
listed below in descending order of importance. Criteria A-G are
primary. Criteria H-I are secondary and will only be used as
tie-breakers among technically equal firms. A. Specialized experience
and technical competence within the last 5 years in: a) planning and
analyzing utilities and energy systems in Germany, Italy, Belgium and
the Netherlands; b) heating and electrical systems and building
insulation; c) conducting energy management training and conference
execution; d) development of energy and utilities policy and planning
guidance for field managers and engineers; e) construction supervision
and inspection related to utility and energy systems. B. Qualified
personnel in the following key disciplines: architects, civil,
electrical, mechanical, and construction inspectors. The evaluation
will consider for all disciplines education, training, certification,
overall and relevant experience and longevity with the firm. Firm's
staff must be capable of certifying that all work is in compliance with
U.S., German, Italian, Belgium and the Netherlands laws and
regulations. C. Firm must have computer capability to provide all study
and analysis results and technical specifications in a format
compatible with Microsoft Office and project plans in a format 100%
compatible with Intergraph Microstation. A summary of the firm's
computer capabilities must be included in paragraph 10 of the SF 255.
D. Firm must have a management approach, quality control procedures and
coordination of disciplines and, particularly, joint venture partners
and subcontractor/ consultants. E. Capacity to perform more than one
taskorder simultaneously within prescribed schedules. The evaluation
will consider the experience of the firm and any joint venture
partners/consultants in similar size projects and the availability of
an adequate number of personnel in key disciplines. F. Knowledge of
locality. Firm must demonstrate familiarity with USAREUR's area of
operations, U.S. and local legal and technical regulations and must
have design experience in Europe. G. Past performance on DOD and other
contracts with respect to cost control, quality of work, and
compliance with performance schedules. H. Volume of DOD contract awards
in the last 12 months. I. Geographic proximity. Location of the firm in
the general geographic vicinity of USAREUR's area of responsibility. 4.
SUBMISSION REQUIREMENTS: Interested firms having the capabilities to
perform this work are invited to submit one copy of SF 254 (11/92
edition) for the prime firm and all joint venture/consultants and one
copy of SF 255 (11/92 edition) not later than the close of business
(COB) (1630 local time) on the closing date given on this announcement.
Forms may be obtained from the Europe District's A-E Contract Section
located in Room 820 of the Amelia Earhart Center in Wiesbaden. Forms
should be current and up to date (within one year old). Firms may be
rejected for outdated or missing SF 254s. Block 4 of the SF 255 must
show only the staff (including all subconsultants) available to perform
the anticipated work. disciplines shown on the Sf 254 and SF 255 must
show only the staff (including all on the SF 254 and SF 255 must
clearly delineate full-time, free lance and subcontracted personnel on
the staff of each firm. Do not include promotional brochures,
advertisements or other extraneous material in your submissions. This
is not a request for proposal. Include your firm's facsimile number in
the submittal. PLEASE NOTE: Firms sending submittals via air courier
service should state the content value to be no cost or zero. If a
monetary value is indicated on the package, the package will be delayed
due to customs clearance. The Europe District is not responsible for
such delays which affect late receipt of submittals. Point of Contact:
Mr. Norman w. Cotter, CENAU-PI-A, Phone: 011-49-611-816-2729, or FAX:
011-49-611-816-2730, address: Commander, U.S. Army Corps of Engineers,
North Atlantic, Europe, CENAU-PI-A, #9010, CMR 410, Box 12, APO AE
09096. Posted 10/27/98 (I-SN265811). (0300) Loren Data Corp. http://www.ld.com (SYN# 0015 19981029\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|