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