|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7,1999 PSA#2426Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- FIRM-FIXED PRICE A-E INDEFINITE DELIVERY TYPE (ARCHITECTURAL
LEAD) CONTRACT FOR ABERDEEN PROVING GROUND, MD, BUT MAY BE USED
THROUGHOUT THE BALTIMORE DISTRICT SOL DACA31-99-R-0086 DUE 100899 POC
Patty Hensley (410) 962-7718 . Project Description: (DACA31-99-R-0086)
1. Contract information: Firm-Fixed Price A-E Indefinite Delivery Type
(Architectural Lead) Contract for Aberdeen Proving Ground, MD, but may
be used throughout the Baltimore District. Contract will be for a
12-month period and will contain an option to extend for one additional
period. The contract amount for the base period and the option period
will not exceed $750,000 each period. Individual task orders shall not
exceed the annual contract amount. Standard Industrial Code 8711, size
$4,000,000. When one or more AE Indefinite Delivery-Type contracts with
similar scopes of work exists, the basis for selecting an AE for a
particular delivery order will be based on several factors. Among these
factors are current capacity of the contracts, ability of the AE to
perform the task in the required time, any unique specialized
experience that the AE can offer, performance and quality of
deliverables under the AE's current IDTC, along with customer
responsiveness. While this process is necessarily a "subjective"
process, the intent of this contract is to satisfy customer needs in an
expeditious and cost effective mode. The concentration of work will be
for Aberdeen Proving Ground, MD, but may be used throughout the
Baltimore District. 2. PROJECT INFORMATION: Work may consist of
preparation of reports, studies, design criteria, design and other
general architect engineering services for alteration, maintenance,
repair, and new construction projects; development of plans and
specifications for individual projects including renovation, repair, or
construction of building or building systems; replacement of utility
plants and systems such as air conditioning, heating, mechanical,
ventilation, interior and exterior electrical supply and distribution;
site work including roads, pavements, drainage structures and other
land improvements. The firm shall have the capability to evaluate
existing conditions and provide on-site assistance to develop solutions
to maintenance, repair, and construction requirements; provide economic
analyses; and engineering feasibility studies. Related services such as
furnishing drawings, specifications, and cost estimates will also be
required. The firm shall also have the capability to provide other
multi-discipline engineering services including mechanical, electrical,
civil, structural, lighting, plumbing, sanitary, environmental, storm
water management, sediment and erosion control, communications (voice
and data) engineering; fire protection; cost estimating; asbestos,
radon, and lead paint surveys and testing and abatement design.
Experience with "simplified concept design" and projects using "JOC"
and "TOCC" construction contracts must be shown. Experience using
Pulsar,Timberline, or equivalent software for R.S. Means estimates is
required. Staff shall include registered or certified personnel,
including certified industrial hygienist. Firm's staff must be capable
of responding to multiple work orders concurrently and within
specified performance periods. The final design products shall be
provided in the following format: Microstation DGN only. Digital files
shall be delivered on 3-1/2 inch (1.44 mb) high-density floppy disks,
UNIX 2.3 GB 8mm tape cartridges or compact disk (CD). SUBCONTRACTING
PLAN REQUIREMENTS: If the selected firm is a large business concern, a
subcontracting plan will be required with the proposal to the
solicitation. It shall be consistent with Section 806 (b) of PL100-80,
95-507, and 99-661. A minimum of 65% of the total planned
subcontracting dollars shall be placed with small business concerns. At
least 10% of total planned subcontracting dollars shall be placed with
small disadvantaged businesses, including Historically Black College
and University or Minority Institutions, 8% with women-owned small
businesses, and a total of 1% shall be placed with Hubzone Small
Business. The plan is not required with this submittal. 3. SELECTION
CRITERION: See Note 24 for general A-E selection process. The lead A-E
firm should have the capabilities either in house or through the use
of the subcontractors to provide the following: architectural,
mechanical, electrical, civil, structural, landscape Architect,
interior designer, environmental, geotechnical, foundations,fire
protection, cost estimating; asbestos, radon, and lead paint surveying;
testing and abatement design capabilities. A-E firm selected should
demonstrate specialized experience in providing asbestos, lead paint,
PCB, and/or CFC design services such as surveying, testing, abatement,
design, contract specifications, cost estimates, and preparation of
construction procedures. Design services for storm water management,
sediment and erosion control, and National Pollutant discharge
elimination System (NPDES) permitting (including obtaining all
necessary state permits, etc.), is required. Experience with historic
restoration and the State Historic Preservation Office; and have
experience with State and Federal Environmental laws, NEPA (National
Environmental Policy Act, and RCLA, is required. Experience with energy
studies, preparation of project development brochures (PDB), and
experience in the use of MCACES is required. In addition, the selected
firm shall be capable of providing simplified concept design, for
construction award through Job Order Contracting (JOC) or Task Order
Contracting (TOC), and capable of preparing cost estimates based on
R.S. Means using Pulsar, Timberline, or equivalent software with
sufficient detail to be effective in evaluating line-by-line
contractor's proposals (no lump sum items). SUBMISSION REQUIREMENT: See
Note 24 for general submission requirements. (Note 24 is written in
detail in any Monday issue of the CBD). Interested firms having
capabilities to perform this work must submit SF255 & SF254 for the
prime and joint ventures(s) and SF254, block 3b, provide the ACASS
number for the prime firm. In SF255, Block 6, provide the ACASS number
for each consultant, (if available). Be advised that Baltimore
District does not maintain SF254's on file. Notwithstanding the
statements to the contrary in General Note 24 and Block 6 of the SF255,
only SF254's submitted with the SF255 will be considered in the
evaluation. Submit responses not later than 4:00 p.m., October 01, 1999
to US Army Corps of Engineers, City Crescent Building, 10 South Howard
St., Room 7000, Baltimore, MD 21201. Solicitation packages are
provided only to the selected firm after selection approval. Results of
selection will be mailed to non-selected firms approximately 70 days
after closing of this announcement. Technical Point of contact, Ash
Narula can be reached at (410) 306-1161. Contracting Point of contact
can be reached at Internet: Patty.Hensley@usace.army.mil or (410)
962-7718. 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:ccrpud;
Password:pub2ccri) or through any DoD Certified Value Added Network.
Additionally, a paper form for registration maybe obtained from the DoD
electronic Commerce Information Center at 1-800-334-3414. This is not
a request for proposal. Posted 09/02/99 (W-SN375741). (0245) Loren Data Corp. http://www.ld.com (SYN# 0017 19990907\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|