|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1999 PSA#2471US ARMY ENGINEER DISTRICT, SEATTLE, PO BOX 3755, SEATTLE WA 98124-3755 C -- INDEFINATE DELIVERY ARCHITECT-ENGINEER SERVICES FOR WASHINGTON,
OREGON AND MONTANA SOL DACA67-00-R-0018 DUE 120999 POC Contract
Specialist Patricia J Holmes (206) 764-6588 (Site Code DACA67) WEB:
http://www.nws.usace.army.mil/cntrct/,
http://www.nws.usace.army.mil/cntrct/. E-MAIL:
patricia.j.holmes@usace.army.mil, patricia.j.holmes@usace.army.mil. 1.
PROJECT INFORMATION: Provide multi-discipline Architect-Engineer (A-E)
design services for Washington, Oregon, Idaho, and Montana. The intent
is to select two separate Architect-Engineer (A-E) firms or teams, one
primarily for east of the Cascades and another primarily for west of
the Cascades. Services will be required for architectural,
landscaping/civil, mechanical, electrical and structural engineering
design related to the Seattle District, U.S. Army Corps of Engineers
mission. Some asbestos and lead paint abatement work may be required.
The A-E will be required to prepare plans, specifications, design
analyses, and cost estimates, as required for a variety of maintenance,
repair, alteration and minor construction projects and provide
construction support services. Some task orders will involve
preparation of request for proposals (RFPs) for design build contracts.
2. SELECTION CRITERIA: The selection criteria for this particular
project are listed below in descending order of importance (first by
major criterion and then by each sub-criterion). Criteria a-e are
primary. Criteria f-h are secondary and will only be used as "tie-
breakers" among technically equal firms. PRIMARY CRITERIA: a.
Specialized experience and technical competence of the firm in the type
of work required for the Seattle District, U.S. Corps of Engineers
customers in the geographical area for this contract; b. Professional
qualifications of firm's staff and consultants to be assigned to this
project, which are necessary for satisfactory performance of required
services; c. Capacity of the firm to accomplish the work required in
the required time including whether the firm is currently under
contract to the Seattle District, U.S. Corps of Engineers; d. Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work, and compliance with
performance schedules; e. Demonstrated success in prescribing the use
of recovered materials and achieving waste reduction and energy
efficiently in facility design. SECONDARY CRITERIA: f. Location in the
general geographical area of the project and knowledge of the locality
of the project; provided, that application of this criterion leaves
appropriate number of qualified firms, given the nature and size of the
project; g. Extent of participation of small and disadvantaged business
or woman-owned firm and their use as a primary consultant; h. Volume of
work awarded in the past 12 months by DoD to the firm and consultants
to be used on this project.3. CONTRACT INFORMATION: Multi-discipline
Architect-Engineering (A-E) design services for Washington, Oregon,
Idaho and Montana procured in accordance with PL 92-582 (Brooks A-E
Act) and FAR Part 36 are required for architectural, landscaping/civil,
mechanical, electrical and structural engineering design related to the
Seattle District, U.S. Army Corps of Engineers. Two indefinite delivery
contracts will be negotiated and awarded, each with a base period not
to exceed one year and two option periods not to exceed one year each.
The amount of work in each contract period will not exceed
approximately $1,000,000. An option period may be exercised when the
contract amount for the base period or preceding option period has been
exhausted or nearly exhausted. Work will be issued by negotiated firm
fixed-priced task orders not to exceed the base contract amount. The
contracts are anticipated to be awarded in April 2000. The Standard
Industrial Classification code (SIC) is: 8712. The Size Standard is: $4
million. This announcement is open to all businesses regardless of
size. If a large business is selected for this contract, it must comply
with FAR 52.219-9 regarding the requirement for a subcontracting plan
or that part of the work it intends to subcontract. The subcontracting
goals for the Seattle District which will be considered in the
negotiation of this contract are: (1) at least 55% of a contractor's
intended subcontract amount be placed with Small Businesses (SB); (2)
at least 9% of a contractor's intended subcontract amount be placed
with Small Disadvantaged Businesses (SDB) or Historically Black College
or University and Minority institution; and, (3) at least 5% of a
contractor's intended subcontract amount be placed with Women-Owned
Small Business (WOSB). To be eligible for contract award, a firm must
be registered in the DoD Central Contractor Registration (CCR).
Register via the CCR Internet site at http://ccr.edi.disa.mil or by
contacting the DoD Electronic Commerce Information Center at
1-800-334-3414. Qualified firms desiring consideration shall submit one
copy of SF 255, including organization chart of key personnel to be
assigned to this project, current SF 254, and consultant's current SF
254's. No additional project information will be given to A-E firms.
Phone calls are discouraged unless absolutely necessary. This is not a
request for proposal. Posted 11/04/99 (A-SN398408). (0308) Loren Data Corp. http://www.ld.com (SYN# 0015 19991108\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|