|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1999 PSA#2339US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101 JEFFERSON PLAZA
NE, ALBUQUERQUE NM 87109-3435 C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER (A-E) SERVICES FOR THE
ALBUQUERQUE DISTRICT SOL DACA47-99-R-0017 DUE 060399 POC Contract
Specialist Linda J. Anderson (505) 342-3451 (Site Code DACA47) WEB:
www.spa.usace.army.mil/cntrct/cont.htm,
www.spa.usace.army.mil/cntrct/cont.htm. E-MAIL:
linda.j.anderson@spa02.usace.army.mil,
linda.j.anderson@spa02.usace.army.mil. R-1. CONTRACT INFORMATION: Two
Indefinite Delivery Contracts will be awarded for Architect --
Engineer (A-E) services for a period of one year with options for two
additional years. The contract will be primarily for A-E studies and
design on support for others and military projects within the
Albuquerque District boundaries, which include Southern Colorado, New
Mexico and Southwest Texas. However, the Contractor may be required to
work outside this area. The successful firm may be utilized for
complete projects or in support of in-house efforts. Services during
construction to include construction inspection, shop drawing review
and as-built drawing preparation may be required. This Contract will be
procured in accordance with Pl 92-582 (Brooks A-E Act) and FAR Part 36.
Work will be negotiated and initiated by issuance of delivery orders,
which will not exceed $1,000,000. The contract limit is $1,000,000 per
year and the total contract will not exceed $3,000,000. The successful
firm is guaranteed no less than $20,000 for the basic year and, if the
option years are exercised, the firm shall be guaranteed $10,000 for
each option year. When the Government has multiple Indefinite Delivery
Contracts for identical services, Delivery Orders will be issued to
the various firms based on expertise and workload, provided performance
has been satisfactory. The intent is to equally distribute the work.
The anticipated Contract award date is September 1999. This procurement
is unrestricted. The wages and benefits of service employees (see FAR
22.10) performing under this contract must be at least equal to those
determined by the Department of Labor under the Service Contract Act.
In accordance with Public Law 95-707, large business firms are reminded
that a subcontracting plan will be required which provides for
subcontracting work to small and small disadvantaged firms to the
maximum extent practicable. If any of the work is to be subcontracted,
the Albuquerque District goal is for 61.2% of the subcontracted
dollars to go to small business with 9.1% and 4.5% of those dollars
going to small disadvantaged business and woman owned business,
respectively. In addition, the Albuquerque District goal is for 1% of
the subcontracted dollars to go to HUB Zone business. 2. PROJECT
INFORMATION: The work may include any and all types of architectural or
engineering studies and reports, preliminary and final designs to
include cost estimates, plans and specifications, associated site
surveys and mapping, and services during construction. Some designs
shall be developed using the metric system of measurement. 3. SELECTION
CRITERIA: See Note 24 for general selection process. The selection
criteria are listed below in descending order of importance (first by
major criterion and then by each sub-criterion). Criteria a through e
are primary. Criteria f through h are secondary and will be used as
"tie-breakers" among technically qualified firms. a. Demonstrated
Specialized Experience and Technical Competence in: 1) Preparation of
con- ceptual designs, plans and specifications and construction cost
estimates for administrative offices, building additions/alterations
projects, family housing/dormitory projects, aircraft support
facilities, vehicle maintenance facilities, comprehensive interior
design, landscape design and site development. Experience in these
types of services for Air Force and other federal customers is
considered advantageous. 2) Engineering design of roads, parking areas,
and utility improvement projects. 3) Preparation of Design/Build
Requests for Proposal (RFP). Experience in this type of service is
considered advantageous. 4) The ability to accomplish construction cost
estimates utilizing M-CACES Gold or Composer Plus software. 5) The
ability to create drawings in AutoCAD version 14 usable format and
MicroStation 95 or later and narratives compatible with MS Word format.
6) Implementation of a Design Quality Management Plan. 7) Performance
of formal 40-hour Value Engineering studies in accordance with standard
VE methodology. 8) Energy conservation, pollution prevention, the use
of recovered materials and achieving waste reduction. b. Qualified
Professional Personnel in the following disciplines: Firms must be able
to provide registered professionals assigned in the positions for
Project Management, Architecture, Structural Engineering, Mechanical
Engineering, Electrical Engineering, Civil Engineering, an Architect or
Engineer who is a Certified Value Specialist, and a Fire Protection
Specialist (registered fire protection engineer or NICET Level III or
IV technician certified in Fire Protection Engineering Technology). The
firm must be able to provide a cost estimator with M-CACES Gold or
Composer Plus experience. Cost Estimator(s) formally trained in using
M-CACES is advantageous. The Project Manager(s) must have experience
managing design of federal agency projects. Project Manager(s) with
experience in managing Air Force or COE projects is advantageous. The
design team must be familiar with Air Force and COE design criteria.
The firm must also be able to provide CADD Technicians familiar with
AutoCAD and MicroStation software, and Tri-Services CADD Manual. c.
Past performance on DOD and other contracts in terms of cost control,
quality of work, and compliance with performance schedules shall be
evaluated. d. The firm must demonstrate the capacity to accomplish two
concurrent delivery orders. e. Knowledge of the Locality: Firm's
knowledge of Kirtland, Cannon, and Holloman Air Force Bases as well as
the area encompassed by the Albuquerque District boundaries will be a
consideration. f. Location of the firm with respect to Albuquerque,
New Mexico. g. Volume of DOD contract awards in the last 12 months as
described in Note 24. h. Extent of participation of SB, SDB,
historically black colleges and universities and minority institutions,
women owned, and Hub Zone business in the proposed contract team,
measured as a percentage of the estimated effort. In the evaluation of
primary and secondary factors, in-house capabilities will be weighted
heavier than subcontracted work. Joint Venture Firms will be
considered as having capabilities in-house. 4. SUBMISSION REQUIREMENTS:
See Note 24 for general submission requirements. Interested firms
having the capabilities to perform this work must submit one copy of SF
255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the
prime firm and all consultants to the above address not later than the
close of business on the 30th day after the date of this announcement.
If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline
is the close of business the next business day. Solicitation packages
are not provided. The solicitation number is DACA47-99-R-0017. Only
data furnished by the responding firm on the SF 254 and SF 255 will be
considered in the selection process. Personnel qualifications of all
key subcontractors are to be included in block 7 of the SF 255.
Responding firms are requested to clearly identify tasks to be
performed in-house and tasks to be subcontracted. In addition, firms
shall identify the office locations at which the in-house and
subcontracted tasks will be performed. The SF 255 should specifically
address the requirements of this announcement. Responding firms are
requested to summarize their Quality Management Plan and identify all
relevant computer capabilities in block 10 of the SF 255. Firms
responding as Joint Ventures must state the intent in block 5 of the SF
255. FIRMS SHALL LIMIT BLOCK 10 OF THE SF 255 TO NO MORE THAN 10 PAGES.
The POC is Linda J Anderson (505) 342-3451. No other general
notifications will be made and no further actions will be required from
firms under consideration. This is not a Request For Proposal. Posted
05/03/99 (A-SN327058). (0123) Loren Data Corp. http://www.ld.com (SYN# 0016 19990505\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|