|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,2000 PSA#2625DA, Tulsa District, Corps of Engineers, 1645 South 101st East Avenue,
Attn: CESWT-CT, Tulsa, OK 74128-4609 C -- 1) COTTONWOOD POINT RECREATION AREA, MARION LAKE, KANSAS, (2)
TALL CHIEF COVE RECREATION AREA, SKIATOOK LAKE, OKLAHOMA, (3) BELLE
STARR SOUTH RECREATION AREA, EUFAULA LAKE, OKLAHOMA, (4) SARGE CREEK
RECREATION AREA, KAW LAKE, OKLAHOMA, (5) TAYLOR FERRY NORTH/SOUTH, FT.
GIBSON LAKE, OKLAHOMA SOL DACW56-00-R-1009 DUE 072100 POC Jimmy White,
Contracting Division. 918-669-7043 1. CONTRACT INFORMATION: One (1),
possibly five (5) firm fixed price A-E contracts will be awarded for
Architect-Engineer Services to design Park Modernization projects.
Projects are located within the Tulsa District boundaries. Potential
projects are: (1) Cottonwood Point Recreation Area, Marion Lake,
Kansas, (2) Tall Chief Cove Recreation Area, Skiatook Lake, Oklahoma,
(3) Belle Starr South Recreation Area, Eufaula Lake, Oklahoma, (4)
Sarge Creek Recreation Area, Kaw Lake, Oklahoma, (5) Taylor Ferry
North/South, Ft. Gibson Lake, Oklahoma. Required design services
consist of all work related to the preparation of plans,
specifications, construction cost estimates, surveys, studies, and
permit applications for advertisement and award. Construction
management services including answering of Requests for Information
(RFIs), shop drawing and submittal review and approval may be awarded
as an option. The intent is to award one (1) contract per A-E firm.
This procurement is restricted to small business. Theanticipated
contract award date is October 2000. All responders are advised that
this requirement may be canceled or revised at any time during the
solicitation, evaluation, selection, and negotiation. Due to Government
necessities, award and completion date may change 2. PROJECT
INFORMATION: The one (1), possibly five (5) separate projects consist
of but are not limited to: design for new and/or rehabilitation of
roadways, utilities, parking areas, boat ramps, group and individual
picnic areas, campsites, shower/toilet facilities and playgrounds.
Estimated construction cost for each project is between $1M and $5M.
Metric scale is not required on construction drawings. Selected A-E
will be required to produce CADD drawings that are/or convertible to
MicroStation software (5.0 or higher) of Bentley Systems, and produce
cost estimates using M-CACES Gold 3. M-CACES software is available
through this office. 3. SELECTION CRITERIA: See Note 24 for general
selection process. The selection criteria are listed below in
descending order of importance. Criteria "A" through "C" are considered
primary. Criteria "D" and "E" are considered secondary and will only be
used as "tie-breakers" among technically equal firms. A. Experience:
(1) Specialized recent experience and technical competence of the A-E
firm and/or consultants, in the management and design of similar work.
Similar work includes but is not limited to: planning and design of
planned unit developments, parks and recreation facilities. Comparable
experience of the firm and consultants on projects completed within
the last five years will be given the greatest weight. (2) Past
Performance on DoD and other Contracts with respect to cost control,
quality of work, compliance with delivery schedules, history of working
relationships with consultants, and overall cooperativeness and
responsiveness. (3) Design Quality management procedures coordination
between disciplines and subcontractors. B. Qualified professional
personnel with experience in the following key disciplines: project
management, civil, landscape architecture, electrical, mechanical,
structural, cost estimating, geotechnical and surveying. C. Capability
of the lead firm to accomplish the work by June 2001 including
professional qualifications of the firm's staff and consultants to be
assigned to the projects which are necessary for satisfactory
performance in the required services. D. Volume of DoD contract awards
in the last 12 months as described in Note 24. E. Location of the firm
in the general geographical area of the Tulsa District office. 4.
SUBMITTAL REQUIREMENTS: See Note 24 for general submittal requirements.
Interested firms having the capabilities to perform this work must
submit one copy of SF 255 (and a SF254 for the prime firm and all
consultants) to the above address no later than 4:30 p.m. on 21 July,
2000. Solicitation packages are not provided. This is not a request for
proposal. The SF 255 should specifically address the requirements of
this announcement. Responding firms are requested to clearly identify
those tasks to be performed in-house and at what office, and those
tasks to be subcontracted and at what office. Responding firms are
requested to provide the names and telephone numbers of clients as
references in their three most recent project designs from Block 10.
Also in Block 10 of the SF255 describe the firm's project-specific
design quality control plan, including coordination with
subcontractors. Cover letters and extraneous material are not desired
and will not be considered. Personal visits to discuss this contract
will not be scheduled. Posted 06/16/00 (W-SN465742). (0168) Loren Data Corp. http://www.ld.com (SYN# 0015 20000620\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|