|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580U.S. Army Engineer District, Alaska, Attn: CEPOA-CT-CO, P.O. Box 898,
Anchorage, AK 99506-0898 (Physical Address: 2204 Third Street, Room
56), Elmendorf AFB, AK 99506-0898) C -- IDAE SERVICES FOR OPERATIONS AND MAINTENANCE (O&M) PROJECTS
FOR THE DEPARTMENT OF PUBLIC WORKS (DPW), PRIMARILY VARIOUS LOCATIONS,
ALASKA SOL DACA85-00-R-0017 POC Contracting Officer: Ms. Gail M. West,
907 753-2552 CONTRACT INFORMATION: 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 for that part of the work it intends to
subcontract. The FY00 subcontracting goals for this contract are a
minimum of 61.2% of the contractor's intended subcontract amount be
placed with small businesses, 9.1% of that to small disadvantaged
businesses, 5.0% to woman-owned businesses, and 1.5% to HUBZone
subcontractors. The subcontracting plan is not required with this
submittal. All responders are advised that this project may be
cancelled or revised at any time during the solicitation, selection,
evaluation, negotiation and final award. The contract shall be an
indefinite delivery firm fixed price. The contract limit is $400,000.
The contract may include options for two additional option years and an
additional $400,000 per year. There will be no specific task order
limit except for the contract limit. Contract award is anticipated for
July 00. 2. PROJECT INFORMATION: The AE selected would be required to
have sufficient staff, flexibility, and capability to be available on
an as-needed basis. Typical types of services to be provided are
evaluating existing HVAC systems, plumbing, electrical, structural and
utilities systems designs to repair or replace these systems,
asbestos/lead surveys, site improvements, landscaping, and design of
minor renovations. LOCATION: Primarily Various Locations, Alaska. 3.
SELECTION CRITERIA: The following selection criteria headings are
listed in descending order of importance. Criteria A-E are primary
selection criteria. (A) specialized experience and technical competence
in (weighted equally): (1) design of architectural, structural,
mechanical, electrical renovation and repair jobs; (2) preparation of
plans and specifications for military construction projects; (3)
steam/condensate, water, electrical, sewage utility systems, and
road/parking lot construction; (4) construction cost estimating, and
arctic design experience; (B) professional personnel in the following
disciplines (weighted equally): (1) minimum in-house requirements are
1 mechanical engineer and 1 electrical engineer, each with 5 years
post-graduate experience; (2) disciplines which may be subcontracted:
architectural, civil, structural, fire protection, cost estimating, and
a hazardous materials engineer. Responding firms MUST address each
discipline, clearly indicate which shall be subcontracted, and provide
a separate SF254 and SF255 for each subcontractor necessary. The
contractor shall employ, for the purpose of performing that portion of
the contract work in the State of Alaska, individuals who are
residents of the State, and who, in the case of any craft or trade,
possess or would be able to acquire promptly the necessary skills to
perform the contract.; (C) past performance on DOD and other contracts
with respect to cost control, quality of work, and compliance with
schedules; (D) capacity to maintain schedules and accomplish required
work on three simultaneous delivery orders; Criteria E-G are secondary
and will only be used as "tie-breakers" among technically equal firms.
(E) location of the firm in general geographical area of the projects
and knowledge of locality: availability of AE staff to meet frequently
with DPW personnel in Anchorage and ability to mobilize staff to
Alaskan project sites on relatively short notice; (F) volume of DOD
contract awards in the last 12 months; and (G) extent of participation
of SB, SDB, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting SF
254s/255s (1 copy only) should include: (1) organization of proposed
project team, (2) responsibilities and authority of key project
personnel, (3) relationship of project team to overall organization of
the firm, (4) a quality control plan, and (5) in block 8c of the SF
255 include a POC and phone number. The 11/92 edition of the forms MUST
be used, and may be obtained from the Government Printing Office, by
calling the administrative contact named above, or from commercial
software suppliers for use with personal computers and laser printers.
Submittals must be received at the address indicated above not later
than COB (4:00 pm Alaska time) on the 30th day from 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. Any submittals received after this date cannot be considered. No
additional information shall be provided, and no faxed submittals shall
be accepted. Solicitation packages are not provided. Please allow
sufficient time to enter and process through the Elmendorf AFB Boniface
entrance gate(you may be detained to call the Corps office for approval
to enter).***** Posted 04/13/00 (W-SN444626). (0104) Loren Data Corp. http://www.ld.com (SYN# 0018 20000417\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|