|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580Directorate of Contracting, Construction Division, 1850 Mekong Street,
Fort Carson, Colorado 80913-4323 C -- A/E AND NON A/E SERVICES FOR DESIGN & CONSTRUCTION OF
PROJECTS SOL DAKF06-00-R-0009 DUE 051500 POC Linda Thynne (719) 526-241
WEB: DAKF06-00-R-0009, carson-doc.army.mil. E-MAIL:
millsr@carson.army.mil, thynnel@carson.army.mil. 1. CONTRACT
INFORMATION. Architect-Engineer (A-E) Services and non A-E Services,
procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36,
are required to support engineering, design operations, maintenance,
repair, and construction of various facilities (and utility systems) on
Fort Carson, Colorado: and as needed at other Federal Properties along
the Front Range in Colorado, to include the Pinon Canyon Maneuver
Site, 40 miles east of Trinidad, Colorado. Up to two Indefinite
Delivery Contracts will be negotiated and awarded, each with a base
period not to exceed one (1) year and four (4) option periods not to
exceed one year each. The amount of work in each contract period will
not exceed $1,000,000.00 in any period and the cumulative total of all
the Task Orders for the base and option periods will not exceed
$5,000.000.00. 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-price or labor-hour task orders not to exceed the
base/option period contract amount. The contracting officer will
consider the following factors in deciding which contractor will be
selected to negotiate an order: Performance and quality of deliverables
under the current contract, current capacity to accomplish the order in
the required time, uniquely specialized experience, and equitable
distribution of work among the contractors. The contracts are
anticipated to be awarded in the Spring of 2000. 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 on that part of the work it
intends to subcontract. The subcontracting goals for the Fort Carson
area, which will be considered in the negotiation of this contract are:
(1) at least 60% of a contractors intended subcontract amount be placed
with small businesses (SB), including small disadvantaged businesses
(SDB) and women-owned small businesses (WOSB); (2) at least 8% of a
contractor's intended subcontract amount be placed with SDB; and, (3)
at least 3.5% of a contractor's intended subcontract amount be placed
with WOSB. The wages and benefits of service employees (see FAR 22.10)
performing under these contracts must be at least equal to those
determined by the Department of Labor under the Service Contract Act,
as determined relative to the employee's office location (not the
location of the work). 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. 2. PROJECT INFORMATION. Design and engineering services
are required to support the Fort Carson Directorate of Public Works'
effort for: New Construction, Additions, Alteration/Renovations to
Existing Facilities, Maintenance and Repair of Existing Facilities and
Utility Infrastructure and Systems (both vertical and horizontal), and
Investigation of Engineering Alternatives for Evaluation. Work will be
submitted in hard copy report format, one full size (34"x44") and one
half size (17"x22") drawings, and MicroStation 95 or SE format. 3.
SELECTION CRITERIA. See Note 24 for a general description of the A-E
selection process. The selection criteria for this particular contract
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. a. Qualified professional personnel
(prime and consultants) in the following key disciplines: Project
management (architect or engineer), architecture, fire protection
engineering, mechanical engineering, electrical engineering, structural
engineering, civil engineering, and land surveying. The lead architect
or engineer in each discipline must be registered to practice in the
appropriate professional field. The evaluation will consider education,
certifications, training, registration, overall and relevant
experience, and longevity with the firm. 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. The Project Team Management, including a team
organization chart and proposed method of carrying out the work to meet
the anticipated project requirements and schedules, must be provided
and addressed. b. Specialized experience and technical competence in:
(1) A-E services, including Site Investigation and Project Definition,
Environmental Assessments and Studies (option), Surveying
(option),Geo-tech Investigation (option), Engineering and Planning
Studies (option), Value Engineering, Economic Analysis, Concept Design
(plans, draft specifications, and preliminary cost estimate), Final
Design (plans, specifications, and detailed cost estimate) (option). 2
(2) Non A-E services including: Drafting and CADD Services (in
MicroStation format only using Fort Carson's approved CADD standards),
Construction Phase Services (review shop drawings, material and
equipment submittals) (option), Construction Quality Assurance Services
(review/verify construction contractor's Quality Control Program)
(option), Construction Contract Management Services (on site
inspections during "key" events and tests, review and assessment of the
construction contractor's progress schedule, reports, requests for
contract modification, and requests for payment) (option), and
Laboratory Testing of Materials (option). (3) Quality designs, based on
an evaluation of a firm's Design Quality Management Plan (DQMP). The
evaluation will consider the management approach, coordination of
disciplines and subcontractors, quality control procedures, and prior
experience of the prime firm and any significant subcontractors on
similar projects. (4) Contractor facilities must have capability to
deliver digital data on CD-ROM, and 3.5" micro disks. Digital data must
be readable and fully operational with Intergraph MGE or GeoMedia
system formats. The contractor shall also be responsible for
accomplishing designs and preparing drawings using MicroStation and
delivering three-dimensional drawings in digital format. The Government
will only accept the final product for full operation, without
conversion or reformatting, in the target CADD software format. (5)
Design/construction cost analysis: ability of the design effort to
remain within budget parameters. (6) Construction cost estimating and
preparation of estimates using Pulsar, R S Means (and Job Order
Contracting (JOC) Price Book) based automated software. (7) Surveying,
testing, and quantifying friable asbestos in buildings, and
preparation of plans and specifications for removal and disposal of
asbestos. c. Capacity to perform approximately $1,000,000 in work of
the required type in a one-year period. The evaluation will consider
the availability of an adequate number of personnel in key disciplines
and equipment availability. (1) Capacity/ability to adjust staffing
levels to accomplish a diverse number of projects within a short (30-60
day) period that are funded for design and construction at the end of
the fiscal year. 3 d. Past performance on DoD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules, as determined from Architect-Engineer Contract
Administration Support System (ACASS) and other sources. (1) Provide
examples of project specific work, including past and/or current IDC's,
with the Department of Defense and other Government agencies and/or
private industry. (2) Provide specific examples of cost control and
estimating performance on past projects. e. Knowledge of design of
building envelopes and systems in the Fort Carson/Front Range
environment. f. Geographic proximity to Fort Carson, Colorado being
within two hours from the Directorate of PublicWorks at 805 Tevis
Street, Fort Carson. g. Extent of participation of SB (including WOSB),
SDB, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the total estimated effort. h. Volume of DoD contract awards in the
last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS. See
Note 24 for general submission requirements. This is not a Request for
Price Proposal (RFPP). Solicitation packages are not provided for A-E
contracts. All requirements of this request must be met for a firm to
be considered responsive. Interested firms having the capability to
perform this work must submit two copies of SF 255 (11/92 edition), and
two copies of SF 254 (11/92 edition) for the prime firm and all
consultants to: Directorate of Contracting, AFZC-DOC-C, ATTN: William
Armstrong, 1850 Mekong Street, Fort Carson, CO 80913-4323, not later
than 3:00PM on the 30th day after the date of this announcement. If the
30th day is a Saturday, Sunday, or Federal holiday, the deadline is the
close of business of the next business day. No exceptions. Submissions
received by FAX will not be accepted and will be considered
non-responsive. Include the firm's ACASS number in SF 255, Block 3b.
For ACASS information, call (503) 808-4590. Prior to the final
selection, firms considered Most Highly Qualified to accomplish the
work may be interviewed by telephone or by formal presentation. 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. Solicitation packages are not provided.
4 3. The following additional information is requested: a. Form SF 254
must include the following: (1) BLOCK 7: Firms with more than one
office must provide addresses, telephone/FAX numbers for each office.
(2) BLOCK 7a: Total number of personnel for each office listed in BLOCK
7. b. Form SF 255 must include the following: (1) BLOCK 3: The Prime
Firm's Architect-Engineer Contract Administration Support System
(ACASS) ID number, Contract Establishment Code (CEC) and DUNS number
and the ACASS number for any consultants in Block 6 of the Prime Firm's
SF 255. If unknown, so state. (2) BLOCK 4: Distinguish by discipline
the number of personnel in the Prime's office (line B), and all
consultants (line A), to perform the work, and the total number of
personnel for each line. (3) BLOCK 7c: Each key person's office
address, including telephone/FAX number if different than stated in
BLOCK 3 of the SF 255 or BLOCK 1 of the SF 254. (4) BLOCK 7f:
Registrations must include state, year and discipline. (5) BLOCK 8:
Descriptive project synopsis which best illustrates the prime's
qualifications relevant to this announcement. (6) BLOCK 10: (a) An
organizational chart indicating all key personnel (Prime and
Consultant), to be utilized under this contract. (b) The Design
Management and Quality Control Plan (DM&QCP), which should be brief
and include an explanation of the Prime A-E Firm's management approach,
management of subcontractor's (if applicable), and specific quality
control procedures used. (c) The Prime A-E Firm's present workload and
the availability of their project team (including consultants) for the
specified contract performance period. (d) Describe owned or leased
equipment that will be used to perform this contract, as well as
MicroStation capabilities. 5 (e) Indicate the Estimated percentage
involvement of each firm on the proposed team. c. Personal visits for
this solicitation to Fort Carson must be coordinated through the
Directorate of Contracting. d. The Directorate of Public Works
Contracting Officers Representative (COR) for this contract will be:
Richard G. Hall and/or Roger L. Christensen. 6 Posted 04/13/00
(W-SN444683). (0104) Loren Data Corp. http://www.ld.com (SYN# 0017 20000417\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|