Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 7,1999 PSA#2426

Department 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