Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1999 PSA#2355

Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

C -- INDEFINITE DELIVERY TYPE MULTI-DISCIPLINE ENGINEERING CONTRACT FOR THE DEFENSE DISTRIBUTION DEPOT, NEW CUMBERLAND,PA SOL DACA31-99-R-0058 DUE 063099 POC Susan Sonenthal 410-962-7646 E-MAIL: susan.j.sonenthal@nab02.usace.army.mil, susan.j.sonenthal@nab02.usace.army.mil. CONTRACT INFORMATION: The contract 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. The total contract amount is $3,000,000. 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 and project requirements. Work is intended primarily for the warehouse program at Defense Distribution Depot, Susquehanna, PA; but may be used for other projects throughout the Baltimore District. 2. PROJECT INFORMATION: Work may consist of preparation of design for new warehouse construction and warehouse renovations for buildings greater than 100,000 SF plus office, locker rooms, and other spaces; warehouse complexes that contain multiple buildings each having 100,000 SF or more; warehouse with temperature and humidity control; warehouse with mixed uses; of reports, studies, design criteria, life-safety analyses, life-cycle cost analyses, design and other general A-E services for multi-disciplined alterations, renovations, maintenance and repair, and new construction projects. 3. SELECTION CRITERIA: The selection criteria re listed below in descending order of importance. Criteria A-E are primary; Criteria F-G are secondary and will only be used as tiebreakers among technically equal firms. A. Specialized and technical competence in: (1) Preparation of project programming documents such as DD Forms 1391 and accompanying documents; (2) Asbestos and lead paint testing and abatement services; (3) Design in metric units; (4) Coordination, submissions, and presentations with the State Historic Preservation Office, and (5) Obtaining of all necessary permits including NPDES permits. (6) Firms may be required to provide services of topographic surveys, subsurface exploration and associated testing, vertical transportation design (elevators, escalators). (7) The following information does not have to be discussed in the SF 255. 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. 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; and industrial hygienist. Other key disciplines shall be presented: interior designer, plumbing engineer, cost estimator, survey crew, specification writer, 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), 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, including Historically Black College and University or Minority Institutions, 1% to HUBZone SB 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 submit an 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 30 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 05/25/99 (W-SN335421). (0145)

Loren Data Corp. http://www.ld.com (SYN# 0016 19990527\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page