Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1999 PSA#2423

Directorate of Contracting, 1830 Quartermaster Road, Fort Lee, VA 23801-1606

C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS PROJECTS FOR THE DIRECTORATE OF PUBLIC WORKS, FORT LEE, VIRGINIA SOL DABT59-99-R-0020 DUE 100799 POC Robert Winne A-E Contracts Program Manager 804.734.5150 E-MAIL: A-E Contracts Program Manager, winner@lee.army.mil. A-E Services for the design, preparation of plans, specifications, and cost estimates for various projects, as needed for the Directorate of Public Works (DPW), Fort Lee, Virginia. Solicitation # -- DABT59-99-R-0020. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Tidewater Region DPW's. (i.e., Fort Lee, Fort Eustis, Fort Monroe and Fort Story, VA.). The proposed contract may also be used to provide services for other TRADOC Installations. The contractor will have the right to refuse orders for such services to be performed outside the primary geographic boundaries. CONTRACT INFORMATION: The services that may be required will consist of, but not limited to one or more of the following: Designs and/or Feasibility Studies for new structures, various repairs, alterations and/or improvements to Barracks, Administrative facilities, Family Housing Units, Warehouses, and other existing facilities; Building condition reports; Rehabilitation of historic buildings and structures; Project Management and Inspection Services for Construction projects; AutoCADD Services; Environmental Surveys, Reports, Studies, and Designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/toxic materials and petroleum products. An Indefinite Delivery Contract (IDC) will be negotiated and awarded for one (1) Base period, plus two (2) Option periods. Task Orders for the base period and option periods shall not exceed $1,000,000.00 per period. The cumulative total of all Task Orders for both the base and option periods shall not exceed $3,000,000.00. The maximum dollar limitation for any task order awarded, shall be limited to $1,000,000.00. Upon exhausting the dollar value for any period, the next option period may be exercised at that time. The contract is anticipated to be awarded in late 1999 or early 2000. An additional award may result from this synopsis, for a period of up to one (1) year after the date of selection approval. This announcement is being solicited on an unrestricted basis. Should a large business be selected for this contract, it shall comply with FAR 52.219-9, "Small Business and Small Disadvantaged Business Subcontracting Plan", for that portion of work it intends to subcontract. This plan is not required with this submittal, but must be approved prior to award to any large business. For informational purposes, the small business size standard is $2.5 million in annual average gross revenues for the last three (3) fiscal years. A Request for Proposal (RFP) will be issued to the Top Ranked Firm as determined by the Selection Board(s) based upon the Selection Criteria and Interviews. All firms must be registered in the DoD Central Contractor Registration (CCR) database prior to any award resulting from this announcement. ****SELECTION CRITERIA: The following are the selection criteria in descending order of importance. Criteria A, B, C & D are primary. Criteria E & F are secondary and will be used as "tie-breakers" among technically equal firms. ****A. PROFESSIONAL QUALIFICATIONS: The design team must possess State of Virginia registered personnel with experience in the following disciples; Architectural, Structural, Mechanical, Electrical, Civil, Land Surveying, Geotechnical (Soils Engineer), and Environmental. In addition, a Certified Industrial Hygienist must be part of the design team, and a copy of their Board of Industrial Hygiene Certificate must be included in Block 10 of the SF 255. Address the proposed method of carrying out the work to meet the anticipated project requirements. ****B. SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE: Address the experience of the design team by providing specific examples of projects in a wide variety of multi-discipline design projects and studies. Indicate work completed under current and/or recently completed IDC's. Include Contract number(s), Point(s) of Contact, telephone number(s) and e-mail addresses. Also, address the design teams familiarity with the Job Order Contracting (JOC) process and the preparation of JOC Construction documents and estimates. Firms must indicate in Block 10 of the SF 255 their Computer resources on the following items; (1) Accessibility to and familiarly with the Construction Criteria Base (CCB) System. This shall include as a minimum: (2 & 3) SPECSINTACT Specification System and MCACES Estimating System; (4) ARMS (Automated Review Management System); (5) Must possess and address in-house AutoCADD capability, version(s) 13, 14 and 2000; and (6) Must process and address in-house Modem (56 Kbps or better), and e-mail capabilities. ****C. CAPACITY TO ACCOMPLISH WORK. Firms must address the ability of the design team to complete projects within mandatory time frames, including multiple Task Orders under an IDC. Provide specific examples of both in Block 10 of the SF 255. ****D. PAST PERFORMANCE. Provide examples of project specific work, including past and/or current IDC's, with the Department of Defense (DoD) and other Government Agencies and/or private industry. Provide recent ACASS Evaluations. Provide letters of evaluations and/or recognition by other clients. Provide specific examples of cost control and estimating performance on past projects. Include a Point of Contact with current telephone/fax numbers and e-mail address for each contract/project listed in BLOCK 8c of the SF 255. ****E. LOCATION. Location of the firm within the general geographical area of the proposed requirement(s). ****F. VOLUME OF WORK. Provide the volume of DoD and other Government Agency contracts awarded in the past 12 months, (design dollar value only). Considerations shall also include current workload as listed in Block 9 of the SF 255, and equitable distribution of work among A-E firms. SUBMISSION REQUIREMENTS: This is NOT a Request for Proposal (RFP). ALL requirements of this announcement MUST be met for a firm to be considered responsive. Interested firms having the capabilities to perform the anticipated work must submit an original SF 255 for the Firms Design Team and a current SF 254 for the Prime Firm and for all consultants as listed in Block 6 of the Prime Firm's SF 255 to the address as stated above. The following is additional information requested. The SF 254 MUST include the following: (1) BLOCK 7: Firms with more than one office must provide addresses, telephone/FAX numbers and number of personnel for each office. (2) BLOCK 7a: Total number of Personnel for each office as listed in BLOCK 7. The SF 255 must include the following: (1) BLOCK 3: The Prime Firm's ACASS ID number, CEC (Contractor Establishment Code), DUNS number and Central Contractor Registration (CCR) number. (2) BLOCK 4: distinguish by discipline the number of personnel in the Prime's office (line B), and all consultants (line A), that will perform the work, and the total number of personnel for each line; (2) BLOCK 7c: Each key person's office address, including telephone/FAX numbers and e-mail addresses if different than as stated in block 3 of the SF 255 or block 1 of the SF 254; (3) BLOCK 7f: Registrations must include state, year and discipline; (4) BLOCK 8: Descriptive project synopsis which best illustrates the prime's qualifications relevant to this announcement; (4) An organizational chart indicating all key personnel (Prime and Consultants), to be utilized under this contract. Supplemental information, such as cover letters will not be taken into consideration. The complete Package must be received at the following address by 1:00 PM on Thursday October 7, 1999. Directorate of Public Works 1816 Shop Road ATTN: Robert Winne Fort Lee, VA 23801-1604 No exceptions. Submittals received by FAX will not be accepted and considered nonresponsive. Prior to the final selection, firms considered Most Highly Qualified to accomplish the work will be interviewed by telephone or by formal presentation. For additional submission information, see numbered Note 24.***** Posted 08/30/99 (W-SN374168). (0242)

Loren Data Corp. http://www.ld.com (SYN# 0012 19990901\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page