|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415U.S. Army Engineer District, Norfolk, Attn: CENAO-CT, 803 Front Street,
Norfolk, Virginia 23510-1096 C -- A-E SERVICES FOR AN INDEFINITE DELIVERY CONTRACT FOR PREPARATION
OF STUDIES AND DESIGNS AT VARIOUS LOCATIONS AS DIRECTED BY THE NORFOLK
DISTRICT, CORPS OF ENGINEERS SOL DACA65-99-R-0024 POC Debbie Gray,
757-441-7551 E-MAIL: Debbie Gray, debora.s.gray@usace.army.mil. 1.
CONTRACT INFORMATION: A-E services are required for a variety of
projects including traffic engineering studies, computer modeling of
various military facility systems, studies and designs for renovation
and new construction of various military facilities. AE services are
expected to be required for field investigation, topographic surveys,
project programming documents, feasibility and life cycle cost studies,
traffic studies, computer modeling, concept and final design including
preparation of plans, specifications, costs estimates, analyses for
design services. One or more Indefinite Delivery Contracts (IDC) will
be negotiated and awarded with a base period not to exceed one year and
two option periods not to exceed one year each. The amount of work in
each contract period will not exceed $1,000,000.00. The option period
may be exercised when the contract amount for the base period or
preceding option period has been exhausted or nearly exhausted. The
cumulative value of all task orders, including the base period and the
two option periods, will not exceed $3,000,000.00.These services are
procured in accordance with PL 92-582 (Brooks A/E Act) and FAR Part 36.
This 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 subcontracting goals
for the Norfolk District, which will be considered by the contracting
officer, are that a minimum of 50% of a contractor's intended
subcontract amount be placed with a small business (SB), including
small disadvantaged businesses (SDB), and 5% be placed with SDB. This
procurement is classified under SIC Code 8711. The plan is not required
with this submission. The wages and benefits of service employees (see
FAR 22, 10) performing under these contracts must be at least equal to
those determined by the Department of Labor under the Service Contract
Act. 2. PROJECT INFORMATION: A-E services for an Indefinite Delivery
Contract for preparation of studies and designs at various locations as
directed by Norfolk District. A-E services are expected to be required
for field investigation, topographic surveys, project programming
documents, feasibility and life cycle cost studies, traffic studies,
computer modeling, concept and final design including preparation of
plans, specifications, cost estimates, analyses for design services. 3.
SELECTION CRITERIA: See Note 24 for general A-E 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-e are primary. Criteria f-h are secondary and will only be used as
"tie-breakers" among technically equal firms. a. Specialized experience
and technical competence: (1) Demonstrated experience by the prime firm
and its consultants in traffic engineering, computer modeling, and
military facility design in DOD projects. (2) Demonstrated experience
bythe prime firm and its consultants in traffic engineering, computer
modeling, and military facility design in private sector and other
government agencies projects. (3) Demonstrated experience by the prime
firm and its consultants in traffic engineering, computer modeling,
and military facility design working with other engineers/architects.
(4) Computer Resources firms must indicate in Block 10 of the SF 255
the following items: (a) accessibility to and/or familiarity with the
Construction Criteria Base (CCB) system. This shall include as a
minimum, the SPECSINTACT specification system, the MCACES estimating
system, and the ARMS review management system; (b) demonstrated CADD
capability with capacity to produce output files in ".DXF" or ".DWG"
file format. CADD drawings will be required on 3-1/2 inch diskettes in
Auto CADD Release version 13 or higher; (c) access to a Hayes
compatible modem 9600 baud or better. b. Professional qualifications:
(1) The design team must possess experienced, registered personnel in
ARCHITECTURE and MECHANICAL, ELECTRICAL, CIVIL, and STRUCTURAL
engineering disciplines. (2) A qualified INTERIOR DESIGNER shall be
part of the design team. Qualified means a degree in Architecture or
Interior Design with demonstrated experience in space planning, color
and finish selection and furnishing selection and specification. (3) An
INDUSTRIAL HYGIENIST, with a current certificate in comprehensive
practice from the American Board of Industrial Hygiene (ABIH), is also
required and a copy of his/her ABIH Certificate must be included in
Block 10 of the SF 255. (4) A Project Team Management Plan including
team organization and proposed method of carrying out the work to meet
specific project requirements and schedules. c. Past performance on
DOD and other contracts: (1) ACASS evaluations (superior performance
evaluations on recently completed projects is advantageous); (2)
Letters of evaluation/recognition by other clients; (3) Cost control
and estimating performance as a percentage deviation between the final
estimate and low bid on similar TYPE and SIZE projects; (4) On-time
delivery of designs for DOD and similar projects. d. Capacity to
accomplish the work in the required time: Firms must demonstrate
ability of the design team to complete the project as scheduled. e.
Knowledge of the Locality: as described in Note 24. f.. SB and SDB
PARTICIPATION: Extent of participation of small businesses,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. g. Geographic Proximity: as described in Note 24. h.
Volume of DOD contract awards in the last 12 months. Considerations
may include: (1) Equitable distribution of contracts among qualified
A-E firms, including minority-owned firms, small business (SB) and
small disadvantaged business (SDB) participation and firms that have
not had prior DOD contracts which will only be considered when used as
a "tie-breaker". (2) ACASS retrievals; and (3) Current workload as
listed in Block 9 of the SF 255. 4. SUBMISSION REQUIREMENTS: See Note
24 for general submission requirements. All requirements of this
announcement must be met for a firm to be considered for selection.
Interested firms having the capabilities to perform this work must
submit a single SF 255 (11/92 edition) for the design team and single
copies of current SF 254 (11/92) for the prime firm and each
consultant, to the above address not later than the close of business
on the 30th day after the date of this announcement. For the purpose of
this notice, day number one is the day following the date of
publication. If the 30th day is a Saturday, Sunday, or Federal Holiday,
the deadline is the close of business of the next business day. The
revised 11/92 edition of the SF255 (NSN 7450-01-152-8074) & SF254 (NSN
7540-01-152-8073) is required. Forms may be obtained through GPO at
(202)512-0132. The SF 255 must also include the following: a. Firms
with more than one office (1) Block 4: distinguish, by discipline,
between the number of personnel in the office to perform the work and
the total number of personnel in the firm; (2) Block 7c: each key
person's office location; b. Block 3: prime firm's ACASS # and distance
(in terms of POV driving miles) from address of office to perform the
work and the Norfolk District. For ACASS information, call
503-326-3459; c. Block 7f: registrations must include the year,
discipline and state in which registered; d. Block 8b: Include a
descriptive project synopsis of major items of work; e. Block 9.
Indicate fee in terms of thousands of dollars, not percentage of work
completed. f. Block 10. An organizational chart including all key
elements of the design team demonstrating the firm's understanding of
and ability to execute projects under the contract. Submittals by
facsimile transmission will not be accepted and will be considered
nonresponsive. Prior to the final selection, firms considered highly
qualified to accomplish the work may be interviewed either by telephone
or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL.
SOLICITATION PACKAGES WILL NOT BE PROVIDED. Posted 08/19/99
(W-SN369931). (0231) Loren Data Corp. http://www.ld.com (SYN# 0016 19990823\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|