|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,2000 PSA#2605U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR
MISCELLANEOUS A-E SERVICES ON DEFENSE LOGISTICS AGENCY PROJECTS UNDER
JURSIDICTION OF LOS ANGELES DISTRICT POC Mr. Dave Taylor at
213-452-3983 (Technical Questions) or Ms. Diane C. Thomas at
912-652-5728 WEB: U.S. Army Corps of Engineers, Savannah District,
Contracting, www.sas.usace.army.mil. E-MAIL: Diane C. Thomas,
diane.c.thomas@sas02.usace.army.mil. 1. CONTRACT INFORMATION: The Los
Angeles District, U.S. Army Corps of Engineers, requires the services
of an Architect-Engineer firm for one Multidiscipline Indefinite
Delivery/Indefinite Quantity contract for miscellaneous A-E services to
include but not be limited to facility condition surveys, inspection,
study and, design of additions, alterations and repairs to facilities
under the control of the Defense Logistics Agency (DLA) located on
military installations in states west of the Mississippi River to
include AK and HI. The contract will be procured by Savannah District
and administered by Los Angeles District. The contract will consist of
a base ordering period and two option periods, each period not to
exceed one year, for a total of three years. The total of all task
orders during each ordering period may not exceed $500,000. Individual
task orders may not exceed $500,000. The total amount of each contract
over the three-year ordering period may not exceed $1,500,000. This
announcement is opento all firms regardless of size. Large business
offerors must identify subcontracting opportunities with small
business, HUBZone small business, small woman-owned business, and small
disadvantaged business on their SF 255. If selected the large business
offeror will be required to submit a small/small disadvantaged & women
owned business subcontracting plan in accordance with FAR 52-219.9 and
DFARS 219.704/705 as a part of the Request for Proposal package. The
following subcontracting goals are the minimum acceptable goals to be
included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 62% TO
SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF
SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL
BUSINESS); 1.5% HUBZone small business (A COMPOSITE OF SMALL BUSINESS).
Large business firms that intend to do any subcontracting must convey
their intent to meet the minimum subcontracting goals on the SF 255,
Block 6. Written justification must be provided if the minimum
goalscannot be provided. For additional information please contact Ms.
Diane Thomas, Contract Specialist, at 912/652-5728. **** 2. PROJECT
INFORMATION: Task Orders to be issued under this contract will be for
A-E Services related to facility condition surveys, investigation,
study and design of projects related to additions, alterations and
repair of timber, reinforced concrete, masonry, and steel framed
structures, paved storage areas, parking, drainage and utility systems,
engineering studies, project planning, topographic survey to support
designs, lead-based paint and asbestos sampling/analysis/abatement
design and air monitoring during the abatement/construction process,
shop drawing review, construction phase services and preparation of O&M
Manuals. Design files will be required in Bentley's Microstation and
AutoCad and must be developed using the Tri-Services AEC Standard. See
http://tsc.wes.army.mil . **** 3. SELECTION CRITERIA: See Note 24 for
general selection process. The selection criteria are listed below in
descending order of importance. Criteria a-e is primary. Criteria f-g
is secondary and will be used as "tie-breakers" among technically
equal firms. **** a. Specialized experience and technical competence
in: (1) Structural inspection, study & design of additions, alterations
and repairs to timber, reinforced concrete, masonry, and steel framed
structures. (2) General expertise in engineering disciplines listed in
criteria c below to perform inspection, study, and design of facility
additions, alterations and repair. (3) Preparation of designs in
Bentley's Microstation and AutoCad formats. (4) Engineering
designs/studies and project planning. (5) Topographic surveying. (6)
Lead based paint and asbestos sampling/analysis/abatement design and
air monitoring during abatement/construction process. (7) Shop drawing
review, construction phase services and preparation of O&M manuals.
**** b. Past performance on DoD and other contracts with respect to
cost control, quality of work and compliance with performance
schedules. **** c. Capacity to accomplish multiple simultaneous task
orders and provide staff in the following disciplines: architect,
civil, structural, mechanical, fire protection and electrical
engineers, industrial hygienists, and topographic surveyors. Please
disregard the "to be utilized" statement at Block 4 of SF 255 and show
the total strength of each discipline. **** d. Professional
qualifications of key management and professional staff members. The
design team must include a Registered Fire Protection Engineer whose
principle duties are fire protection engineering or a Registered Fire
Protection Engineer whose principle duties are fire protection
engineering or a Registered Architect or Registered Engineer who is a
full member in good standing of the Society of Fire Protection
Engineers (SFPE). **** e. Knowledge of locality is not a consideration
in this selection. **** f. Degree of participation of SB, SDB, WOB,
HBCU or MI as prime contractor, subcontractor or joint venture partner.
**** g. Volume of DoD contract awards in the last 12 months as
described in Note 24. **** 4. SUBMISSION REQUIREMENTS: . Interested
firms must submit ONE (1) copy of SF 255 (11/92 edition) for prime and
ONE (1) copy of SF 254 (11/92) for prime and all consultants to the
following addresses: US Army Engineer District, Savannah, ATTN:
CESAS-EN-ES (Karen Cooper), 100 W. Oglethorpe, Savannah, GA 31401-3640
and U.S. Army Engineer District, Los Angeles, ATTN: CESPL-PM-M (David
Taylor), 911 Wilshire Blvd, Los Angeles, CA 90053-2325 not later than
close of business the 30th day after the date of this announcement. If
the 30th day is a Saturday, Sunday, or Holiday, the deadline is the
close of business of the next business day. FIRMS MUST INCLUDE PRIME'S
ACASS NUMBER in block 3b of SF 255. For ACASS information call
503/808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters
and extraneous materials (brochures, etc.) will not be considered.
Firms selected will be required to submit a Design Quality Assurance
Plan concurrently with their fee proposal. Information on what is to be
contained in this plan will be furnished upon notification of
selection. Firms responding to this announcement are requested not to
transmit this plan with their SF 255. **** PHONE CALLS are DISCOURAGED
unless ABSOLUTELY necessary. **** PERSONAL VISITS for the purpose of
DISCUSSING this announcement WILL NOT BE SCHEDULED. **** THIS is NOT a
REQUEST for a PROPOSAL. Posted 05/18/00 (W-SN456244). (0139) Loren Data Corp. http://www.ld.com (SYN# 0022 20000522\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|