Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,2000 PSA#2581

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 (MULTI-DISCIPLINE) CONTRACT FOR LETTERKENNY ARMY DEPOT, PA, BUT MAY BE USED THROUGHOUT THE BALTIMORE DISTRICT SOL DACA31-00-R-0029 DUE 051700 POC Contact, Patty Hensley, 410/962-7718/Technical, James Coccogna, 717/267-6788 (DACA31-00-R-0029) 1. Contract information: One (1) each Firm-Fixed Price A-E Indefinite Delivery Type (Multi Discipline) Contracts for Letterkenny Army Depot, Chambersburg, Pa., but may be used throughout the Baltimore District. Contract will be for a 12-month period and will contain an option to extend for two additional periods. The contract amount for the base period and the option periods will not exceed $750,000 each period. Individual task orders shall not exceed the annual contract amount. To be considered a small business the Standard Industrial Code is 8711 and the size is $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 Letterkenny Army Depot, PA, but may be used throughout the Baltimore District. 2. PROJECT INFORMATION: Services shall include mechanical (to include HVAC, plumbing, fire protection, and other related services) electrical (to include fire alarm, uninterruptible/emergency power, interior and exterior distribution, lighting, etc.) civil/structural, and architectural design consisting of development of plans and specifications for individual projects including renovation, repair or construction of buildings or building systems; replacement of utility plants and systems such as air conditioning, heating, mechanical ventilation, compressed air, interior and exterior electrical supply and distribution; site work including roads, railroads, pavements, drainage structures, and other land improvements. The firm shall have the capability to perform environmental assessments, including cultural/historical assessments, if required, and perform design of environmental control projects. Firm shall also have the capability to survey and test for asbestos and lead paint if required in association with individual delivery orders. Firm's staff must be capable of responding to multiple work orders concurrently and within specified performance periods. Registered and licensed personnel for the following disciplines: Architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, environmental engineer, and land surveyor. 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. NAB encourages WOSB and SDB participation as prime contractors. 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, environmental, structural, environmental, foundations, fire protection, cost estimating; asbestos, and lead paint surveying; testing and abatement design capabilities; cost estimating, and specification writer. A-E firm selected should demonstrate specialized experience in providing renovations; asbestos and lead paint design servicessuch as surveying, testing, abatement and design; contract specifications; cost estimates, and preparation of construction procedures. Design services for storm water management, sediment and erosion control is required. Experience with the State Historic Preservation Office; and have experience with State and Federal Environmental laws, NEPA (National Environmental Policy Act, and RCLA (Resources Conservation and Recovery Act), is required. 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 for each subconsultant. In block 3b of SF255, provide the ACASS number for the prime firm, if available. 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. The SF255 shall indicate the team dedicated to this project. If the prime A-E firm has more than one office, the SF255 shall clearly show office responsible to do the work. Submit responses not later than 4:00 p.m., May 17, 2000 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, James A. Coccogna can be reached at (717) 267-5406. 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.ccr2000.com. 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 04/14/00 (W-SN445278). (0105)

Loren Data Corp. http://www.ld.com (SYN# 0024 20000418\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page