|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1999 PSA#2349Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- ARCHITECT ENGINEERING SERVICES ARE REQUIRED FOR 2 INDEFINITE
DELIVERY-TYPE MULTI DISCIPLINE ENGINEERING CONTRACTS FOR THE BALTIMORE
DISTRICT THAT MAY BE USED TO SUPPORT OTHER BALTIMORE DISTRICT MISSIONS
SOL DACA31-99-R-0049 DUE 062199 POC Susan Sonenthal 410-962-7646
E-MAIL: susan.j.sonenthal@nab02.usace.army.mil,
susan.j.sonenthal@nab02.usace.army.mil. CONTRACT INFORMATION: Two
Indefinite Delivery-Type Multi-Discipline contracts will be awarded to
support the Baltimore District and may be used to support other
Baltimore District Missions. The contracts will each be for one base
period not to exceed 12 months and will contain an option to extend for
up to two additional periods. The contract amount for the base period
will not exceed $1,000,000 for each contract. The total contract amount
is $3,000,000 for each contract. Individual task orders shall not
exceed the annual contract amount. The firm must be capable of
responding to and working on multiple task orders concurrently. Task
orders will be assigned based on the AE's workload, geographic area,
specialized experience, customer satisfaction, and project
requirements. The concentration of work will be for the Baltimore
District. 2. PROJECT INFORMATION: Work may consist of preparation of
reports, studies, design criteria, design and other general A-E
services for multi-disciplined alterations, renovations, maintenance
and repair, tenant fitup and operations, and new construction projects.
Firms selected shall have experience in the design of schools and
educational facilities. 3. SELECTION CRITERIA: The selection criteria
re listed below in descending order of importance. Criteria A-E are
primary; A. Specialized and technical competence in: (1) Design of new
and rehabilitation of existing facilities, (2) Preparation of project
programming documents such as DD Forms 1391and planning studies. (3)
Asbestos and lead paint testing and abatement services; (4) Design in
metric units; (5) Coordination, submissions, and presentations with the
State Historic Preservation Office, National Capital Planning
Commission (NCPC) and (6) Obtaining of all necessary permits including
NPDES permits. (7) Firms may be required to provide services of
topographic surveys, subsurface exploration and associated testing,
vertical transportation design (elevators, escalators). (8 The firm
selected shall provide the final design products in the CADD format
used by the military installation or other customer for which the
design will be prepared. The design will not be required to be prepared
using a specific CADD system but the A-E will be required to provide
any digitizing or translation services necessary to deliver the final
products in accordance with Baltimore District requirements. The firm
may be required to provide construction phase and other services which
may include preparation of operation and maintenance manuals, shop
drawing review, and commissioning/start-up/fit-up design and support.
B. Firms shall have experience in coordinating, submitting and
presenting to the National Capital Planning Commission and the
commission of Fine Arts. C. Key Disciplines: Registered and/or licensed
personnel for the following disciplines are required: Architect; civil
engineer; electrical engineer; structural engineer; mechanical
engineer; fire protection engineer; geotechnical engineer; land
surveyor; cost estimator; and industrial hygienist. Other key
disciplines shall be presented: interior designer, plumbing engineer,
cost estimator, and landscape architect. The evaluation team will
consider education, training, overall and relevant experience, and
longevity with the firm. D. Past performance on DOD and other contracts
with respect to cost control, quality of work, and compliance with
performance schedules. E. The firm shall discuss in the SF 255 how
these services will be obtained for a particular task order. F. Extent
of participation of small business firms including woman-owned small
business (WOSB), Small Disadvantaged Businesses (SDB), Historically
Black Colleges and Universities (HBCUs), HUB Zone small business firms
and minority institutions in the proposed contract team, measure as a
percentage of the total estimated effort. G. Volume of DOD contracts
awarded in the last 12 months as described in Note 24. Work Management:
A proposed management plan shall be presented which shall include an
organization chart and briefly address management approach, team
organization, quality control procedures cost control, coordination of
in-house disciplines and consultants, and prior experience of the
prime firm and any significant consultants on similar projects.
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 65% 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, to include Historically Black College
and University or Minority Institutions, 1% to HUB Zone small business
firms, and 8% with women-owned small businesses. The plan is not
required with this submittal. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Note 24 is written in detail in any
Monday issue of the CBD. Interested firms must submitan SF255 for the
prime. SF 254s must be submitted for the prime and for each consultant.
These forms shall be submitted to the above address not later than
4:00PM on 21 June 1999. The SF 255 and SF 254 shall clearly indicate
the staffing of the office indicated to do the work. Only one copy of
a submission (SF 255/SF254) is required at this time. Short listed
firms may be requested to submit up to 2 additional copies of their
proposal. The Baltimore District does not retain SF 254's on file. In
block 3b of the SF 255, provide the firm's ACASS (Architect-Engineer
Contract Administration Support System) number. ACASS numbers for
consultants should be placed in Block 6. ACASS numbers can be obtained
by calling 503-808-4591. In block 9 of the SF 255, provide contract
award dates for all projects listed in that section. One Preselection
Board and one Selection Board will be conducted from this solicitation.
We will conduct telephone interviews with the short listed firms. In
order to comply with Debt Collection Improvement Act of 1996, all
contractors must be registered in the Central Contractor Registration
(CCR) to be considered for award of a Federal contract. Contact CCR Web
site at http: //www.acq.osd.mil/ec. Registration can also be
accomplished via dial up modem at 614-692-6788 (User ID: ccrpub;
Password: pub2ccri), or through any DOD Certified Value Added Network.
To review the database, the web site is
http:/www.fedecnavigator.disa.mil. Additionally, a paper form for
registration may be obtained for the DOD Electronic Commerce
Information Center at 1-800-334-3414. Mailing address to send
proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000,
Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be
reached at 410-962-7646 and via Internet
susan.j.sonenthal@nab02.usace.army.mil. Solicitation packages are not
provided. This is not a request for proposal. Posted 05/17/99
(W-SN332179). (0137) Loren Data Corp. http://www.ld.com (SYN# 0013 19990519\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|