|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX
2250, WINCHESTER VA 22604-1450 C -- GENERAL A-E SERVICES FOR FACILITIES AT VARIOUS LOCATIONS WITHIN
TAC'S AOR SOL DACA78-99-R-0012 DUE 032399 POC John R. Krueger (540)
665-3936 (Site Code DACA78) E-MAIL: LINDA.W.WHITACRE@USACE.ARMY.MIL,
LINDA.W.WHITACRE@USACE.ARMY.MIL. 1. CONTRACT INFORMATION: A-E services
are required for designs, specifications, cost estimates, planning and
programming reports, engineering studies, geotechnical investigations,
and miscellaneous related engineering support services in accordance
with PL 92-582 (Brooks A-E Act) and FAR Part 36 within the TAC AOR
(Europe, Middle East, Africa, and former Soviet Union). One indefinite
delivery contract will be negotiated and awarded with a base period
not to exceed one year and two option periods not to exceed one year
each. Work will be issued by negotiated firm-fixed price task orders.
The amount of work in each contract period will not exceed
$2,000,000.00. The contract is anticipated to be awarded in May/June
99. The announcement is open to all businesses regardless of size. If
a large business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on that
part of the work it intends to subcontract. The plan is not required
with this submittal. 2. PROJECT INFORMATION: The contract will e for
projects having an estimated construction value in excess of $1
million, but less than $50 million with approximate design durations of
6 to 12 months. Facility designs may include, but not be limited to the
following: 006 (Airports, Terminals & Hangers); 010 (Barracks,
Dormitories); 027 (Dining Halls, Clubs, Restaurants); 039 (Garages,
Vehicle Maintenance Facilities); 046 (Highways, Streets, Parking Lots);
072 (office Buildings, Industrial Parks); 083 (Power Generator,
Transmission Distribution); 094 (Security Systems -- Intruder & Smoke
Detection); 096 (Sewage Collection, Treatment and Disposal); 113
(Warehouses and Depots); and 115 (Water Supply Treatment and
Distribution); 201 (Ammunition Workshops and Storage Bunkers): 202
(Plating process and facilities). The firms must show experience and
will be required to prepare designs using Computer Aided Designs (CAD)
using Micro station PC Version 5 or higher, and prepare construction
cost estimates by computer utilizing Corps of Engineers Microcomputer
Aided Cost Estimating System (MCACES). The firm may be required to
undertake Value Engineering (VE) studies, prepare record drawings from
as-built annotations on contract drawings as received from
construction contractors, make engineering investigations of existing
field conditions and/or problems and report findings, and prepare
engineering studies before and during construction. Depending upon the
complexity of the situation, the firm may use consultants. 3.
SELECTION CRITERIA: See Note 24 for general A-E selection process. The
selection criteria are listed below in descending order of importance.
(a) The firm's current specialized experience and technical competence
relative to the services required under this announcement, i.e.,
knowledge of design of building envelopes and systems for facilities
similar to those listed in 2, above, and for a project of this size
within the TAC AOR, (b) The evaluation will consider the
qualifications, availability and length of service of the firm's
Registered Professional personnel in the following key disciplines:
project management (architect or engineer), quality control,
architecture, civil engineering, electrical engineering, mechanical
engineering, and structural engineering in the design of facilities
similar to those Listed in 2, above. (c) The firm's Design Quality
Management Plan (DQMP) developed for this solicitation (not longer than
five pages) will be evaluated along with the clarity and conciseness of
the material presented in response to this solicitation. The evaluation
will consider the management capability, approach, coordination of
disciplines and subcontractors for each major work breakdown item. (d)
ACASS and other available past performance information on DOD and
other contracts with respect to cost control, quality of work, and
compliance with performance schedules will be used to evaluate past
performance. (e) The firm must demonstrate experience using Computer
Aided Design, MCACCES and Corps Guide Specification on past DOD
designs. (f) The firm's capability to complete this magnitude of design
work within the design period. The following secondary criteria will
only be used as "tie-breakers" among technically equal firms: (a)
Extent of participation of SB (including WOSB), SDB, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort.
(b) Volume of DOD contract awards in the last 12 months as described
in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general
submission requirements. Interested firms having the capabilities to
perform this work must submit two copies of SF 255 (11/92 edition) and
two copies of SF 254 (11/92 edition) for the prime firm, all
consultants/joint ventures and groups of firms, to the above address or
to the Federal Express address of 201 Prince Frederick Drive,
Winchester, VA 22602 not later than 3:30 p.m. USA Eastern Standard Time
on the 30th calendar day after the date of this announcement. The day
following the day of this announcement is day one for calculating the
30 days for submission. If the 30th day is a Saturday, Sunday, or
Federal holiday, the deadline is the same time of day, but the next
business day. Include the ACASS number in SF 255, Block 3. For ACASS
information call (503) 326-3459. Include your firm's FAX and Internet
numbers. Forms are available at htt;://www.gsa.gov/pbs/pc/hw_files/254-
255.htm. NOTE: Evaluation factors listed above supersede the evaluation
factors Listed in Note 24 and will be used for this selection. In SF
255, Block 10 describe the DQMP. Solicitation packages are not
provided. This is not a request for proposal. Firms' visits to discuss
the proposed projects will not be accepted/scheduled. Email:
John.R.Krueger@usace.army.mil Posted 02/23/99 (A-SN301617). (0054) Loren Data Corp. http://www.ld.com (SYN# 0031 19990301\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|