|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1999 PSA#2432U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT
(109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001 C -- IDC FOR A-E SERVICES TO SUPPORT THE MOBILE DISTRICT'S MILITARY
DESIGN PROGRAM SOL DACA01-99-R-0074 DUE 101899 POC Contact Dewayne
Brackins, (334) 694-3743; Contracting Officer, Edward M. Slana WEB:
http://www.sam.usace.army.mil/sam/ct/cgi-win/projlist.exe,
http://www.sam.usace.army.mil/sam/ct. E-MAIL:
cesam.plansroom@sam.usace.army.mil, cesam.plansroom@sam.usace.army.mil.
CONTRACT INFORMATION: This solicitation which was posted on the CBDNet
on 10 September 1999, is modified as follows: A-E services are
required for an Indefinite Delivery Contract to Support the Mobile
District's Military Design Program. This announcement is open to all
businesses regardless of size. The contract will be awarded for a
one-year base period with options to extend the contract for two
additional one-year periods, not to exceed a total of three years. Work
under this contract to be subject to satisfactory negotiation of
individual task orders, with the total contract not to exceed up to
$1,000,000 for each contract period. (If the $1,000,000 limit for a
contract period is exhausted or nearly exhausted prior to 12 months
after the start of the period, the option for the next contract period
may be exercised). There is a possibility that multiple contracts may
be awarded on this solicitation. Selection of A-E firms is not based
upon competitive bidding procedures, but rather upon the professional
qualifications necessary for the performance of the required services.
All interested Architect-Engineers are reminded that, in accordance
with the provisions of PL 95-507, they will be expected to place
subcontracts to the maximum practicable extent consistent with the
efficient performance of the contract with small and small
disadvantaged firms. If a large business is selected for this contract,
it must comply with FAR 52.219-9 regarding the requirement for a
subcontracting plan for that part of the work it intends to
subcontract. The subcontracting goals for this contract are as follows:
a minimum of 61.2% of the contractor's intended subcontract amount be
placed with small businesses (SB), 9.1% be placed with small
disadvantaged businesses (SDB), 4.5% be placed with women-owned small
businesses (WOSB) and 1% be placed with hubzone small business. The
subcontracting plan is not required with this submittal. This work will
include all Architectural-Engineering (A-E) and related services
necessary to complete the design, and for A-E services during the
construction phase. The firm's and/or consultant's cost engineering or
estimating specialist(s) for each required design discipline
applicable to this project, such as architectural, structural, civil,
mechanical or electrical, etc., must be specifically identified and his
(their) competence indicated by resume(s) in block 7 of the SF 255. The
cost engineer(s) or estimator(s) for this project must be full-time
professional cost engineer(s) or estimator(s). The cost estimates for
this project will be required to be prepared utilizing IBM/MS-DOS
compatible "MCACES GOLD" estimating software. The software, user manual
and databases will be provided by the Mobile District free of charge to
the successful A-E. A firm fixed price contract will be negotiated. The
Standard Industrial Classification (SIC) code for this action is 8711.
PROJECT INFORMATION: Specific projects are not known at this time but
are expected to be renovation/repair projects, such as, building
renovations and additions, preparation of project definition and
programming packages, and design of new vertical and horizontal
construction projects. The selected firm must have the capability to
perform topographic surveys and subsurface investigations. It is
expected that some projects will require contract support services. The
majority of the work will be located in the southeastern United States;
however, work may be located in any of the fifty (50) states, South or
Central America, Puerto Rico, Panama, the U.S. Virgin Islands, and
other locations as may be assigned to the Mobile District and South
Atlantic Division. SELECTION CRITERIA: See Note 24 in the Monday
publication of the Commerce Business Daily for general 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 thru D are primary. Criteria E thru G are secondary and will
only be used as "tie-breakers" among technically equal firms. A.
Professional Capabilities: The contract will require the following
disciplines with registration required for Architecture and
Engineering: (1) Architect; (2) Landscape Architect; (3) Interior
Design (registered architect with specialized exerience in interior
design, registered interior designer or NCIDQ certified interior
designer) with evidence of experience by both the firm and key
personnel in comprehensive interior design, including space planning,
prewired workstations, furniture specification, and knowledge of the
acquisition process including applicable FAR and funding limitations;
(4) Civil Engineers; (5) Mechanical Engineers; (6) Electrical
Engineers; (7) Structural Engineers; (8) Geotechnical Engineers; (9)
Environmental Engineers; (10) Cost Estimators; (11) Registered
Engineers for the States of Florida and Tennessee who are knowledgeable
in environmental permitting with experience in dealing with all
permitting agencies at various levels of government in each of the
states. Resumes (Block 7 of theSF 255) must be provided for these
disciplines, including consultants. In the resumes under Project
Assignments, use the same disciplines nomenclature as is used in this
announcement; B. Specialized Experience and Technical Competence:
Additional evaluation factors are provided in order of importance: (1)
Architectural Design including productions of plans and specifications
for military, government, and commercial buildings; (2) Comprehensive
Interior Design for Government projects including space planning and
applicable Code of Federal Regulation rules, prewired workstations,
furniture specifications, and knowledge of the acquisition process
including applicable FAR and funding limitations; (3) Experience in
design of military projects; (4) Experience using automated cost
estimating systems including IBM/MS-DOS compatible "MCACES GOLD"
estimating software. The firm selected must demonstrate experience
utilizing this software either through training or use; (5) In Block 10
of the SF 255 describe the firm's quality management plan, including
the team's organization with an organizational chart, quality
assurance, cost control, and coordination of the in-house work with
consultants; C. Capacity to Accomplish the Work: The capacity to
accomplish at least three (3) $200,000 individual task orders
simultaneously; D. Past Performance: Past performance on Department of
Defense (DOD) contracts with respect to cost control, quality of work,
and compliance with performance schedules; E. Geographic Location:
Geographic location with respect to the Mobile District Office; F.
Small Business, Small Disadvantaged Business and Women-Owned Small
Business Participation: Extent of participation of small businesses,
small disadvantaged businesses, women-owned 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. Equitable Distribution of DOD contracts: Volume of
DOD contract awards in the last 12 months as described in Note 24 of
the Monday publication of the Commerce Business Daily. SUBMISSION
REQUIREMENTS: See Note 24 in the Monday publication of the Commerce
Business Daily for general submission requirements. Interested
Architect-Engineer firms having the capabilities to perform this work
are invited to submit one (1) completed copy of their SF 255
Architect-Engineer and Related Services Questionnaire for Specific
Project for themselves and one (1) completed copy of their SF 254 for
themselves and one for each of their subcontractors to: U.S. Army Corps
of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins,
109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288-0001, Mobile,
AL 36628-0001. The 11/92 edition of the forms must be used, and may be
obtained from the Government Printing Office. Submittals must be
received no later than 3:00 P.M. Central Time on 18 October 1999.
Regulation requires that the Selection Board not consider any
submittals received after this time and date. Late proposal rules in
FAR 15.412 will be followed for submittals received after the closing
date of this announcement. In Block 2b include RFP Number and in Block
3a list two (2) principal contacts of firm. Include ACASS number in
Block 3b of the SF 255. To obtain ACASS number, fax the first page of
your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS
Center at 503-808-4591. A maximum of ten (10) projects including the
prime and consultants, will be reviewed in Block 8. In Block 10 of the
SF 255, responding firms must indicate the number and amount of fees
awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12
months prior to this notice, including change orders and supplemental
agreements for the submitting office only. A project specific design
quality control plan must be prepared and approved by the Government as
a condition of contract award, but is not required with this
submission. Response to Block 10 is limited to 25 pages. This is not a
request for proposal. Solicitation packages are not provided. As
required by acquisition regulations, interviews for the purpose of
discussing prospective contractors' qualifications for the contract
will be conducted only for those firms considered most highly qualified
after submittal review by the selection board. Interviews will be
conducted by telephone. To be eligible for contract award, a firm must
be registered with the Central Contractor Registration database. For
instructions on registering with the CCR, please see the CCR Web site
at http://www.acq.osd.mil/ec. Posted 09/13/99 (W-SN379675). (0256) Loren Data Corp. http://www.ld.com (SYN# 0013 19990915\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|