Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 10,2000 PSA#2597

Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

C -- INDEFINITE DELIVERY TYPE (MULTI-DISIPLINE) CONTRACT FOR DEFENSE DISTRIBUTION DEPOT, SUSQUEHANNA, PENNSYVANIA, NEW CUMBERLAND, PA SOL DACA31-00-R-0033 DUE 060900 POC Joseph Neil (410)962-5611 Project Description: (DACA31-00-R-0033) 1. Contract information: One (1) Firm Fixed Price A-E Indefinite Delivery Type (Multi-Discipline) contract for Defense Distribution Depot Susquehanna Pennsylvania, New Cumberland, PA., but may be used throughout the Baltimore District. The contract amount for the base period and any option period will not exceed $1,000,000.00. Contract shall be for a 12-month period and will contain an option to extend for up to two additional periods. 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 necessary 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 Defense Distribution Depot Susquehanna Pennsylvania, New Cumberland, Pa., but may be used throughout the Baltimore District. 2. PROJECT DESCRIPTION: Work may consist of preparation of reports, studies, design criteria, estimates, contract drawings and specifications, etc. Work may be for alterations, maintenance, repair or minor construction and master planning. Firm selected must be able to provide multi discipline architectural and engineering services for either routine or emergency services for water, sanitary sewer, storm drainage, storm water management, mechanical, electrical, fire protection, communication systems, structural and architectural designs. The staff must be capable of responding to multiple work ordersconcurrently and shall include registered architects, professional civil, electrical, mechanical, sanitary, structural, fire protection and geotechnical engineers, surveyors and cost estimators. In addition to routine designs, the contractor shall provide evidence of specialized experience and technical competence in the following: Experience with Indefinite Delivery Contracts; experience using Corps of Engineers standard formats, such as GUIDE SPECIFICATIONS (CEGS), ARMS, M-CACES, Life Cycle Analyses, etc.; preparation of project documents such as DD Form 1391 (Military Construction Project Data) in accordance with Army Regulation 415-15; Preparation of applicable Defense Logistics Agency manuals and Project Development Brochures (PDBs) in accordance with Technical Manual 5-800-3; preparation of economic analyses for projects; performing field surveying and data conversion of utility maps to create and/or update the Basic Information Maps at DDSP and designs using metric system. The A/E firm shall be capable of providing CADD output compatible with the DDSP system. The acceptable file format is AUTOCAD (DWG) Release 2000. The contract drawings shall be provided in both digital format and hard copy. The digital files shall be delivered on 100MB Zip disks. The contractor shall be capable of responding to emergencies with 24 hours of issuance with respect to cost control, quality of work, and compliance with performance schedules will be considered. Location of the firm in the general geographical area will be considered. SUBCONTRACTING PLAN REQUIRMENTS: If the selected AE 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 PL 100-80, 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 the total planned subcontract dollars shall be placed with small disadvantaged businesses, including Historically Black Colleges and University or Minority Institutions, 8 with women-owned small businesses, and a total of 2% shall be placed with Hubzone Small Business. The plan is not required with this submittal. 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: registered architects, professional civil, electrical, mechanical, sanitary, structural, fire protection and geotechnical engineers, surveyors and cost estimators. A-E firm selected should demonstrate specialized experience and technical competence in the following: Experience with Indefinite Delivery Contracts; experience using Corps of Engineers standard formats, such as GUIDE SPECIFICATIONS (CEGS), ARMS, M-CACES, Life Cycle Analyses, etc.; preparation of project documents such as DD Form 1391 (Military Construction Project Data) in accordance with Army Regulation 415-15; Preparation of applicable Defense Logistics Agency manuals and Project Development Brochures (PDBs) in accordance with Technical Manual 5-800-3; preparation of economic analyses for projects; performing field surveying and data conversion of utility maps to create and/or update the Basic Information Maps at DDSP and designs using metric system. 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, block 3b, provide the ACASS number for the prime firm. 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. Submit responses not later than 4:00 p.m., June 9, 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, Diane Mallow can be reached at (717) 770-6328. Contracting Point of contact, Joseph Neil can be reached at (410)962-5611. 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 05/08/00 (W-SN452341). (0129)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000510\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page