COMMERCE BUSINESS DAILY ISSUE OF JULY 19,2000 PSA#2645 US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26
Federal Plaza, Rm 1843, New York, N.Y. 10278-0090 C -- ARCHITECT-ENGINEER FOR INDEFINITE DELIVERY CONTRACT #178 GENERAL
ARCHITECT/ENGINEER SERVICES PRIMIARLY ARCHITECTURAL, PRIMARILY WITH
THE NEW YORK DISTRICT'S BOUNDARIES SOL CBAEN-0-0199-0010 POC Willien
Cunningham, Procurement Assistant 212-264-9123 Room 2037 Location of
work: New York District Boundaries Scope of services required:
Preparation of design and construction documents including plans,
specifications, cost estimates, design analyses and construction
services for various projects to include, but not be limited in scope
to; rehabilitation of military, academic, historic, residential and
industrial buildings, HVAC systems, roofing, plumbing, electrical,
foundations, roadway work, and hazardous materials abatement, including
asbestos, lead paint and PCB's and Radon. These services will be
provided under one (1) indefinite delivery contract. The cumulative
amount of all delivery orders for each contract will not exceed
$1,000000, and each delivery order will not exceed $1,000,000. Delivery
orders for each contract may be issued for a period of one year from
the date of contract award. Each contract will include an option for
two (2) additional years under the same terms and conditions as the
basic contract. The Government has the right to exercise the option for
an additional one year after the monetary limit is reached prior to the
expiration of the time period (365 calendar days). Within this period
of time (from the time the option is exercised up until the 365
calendar days is exhausted), all negotiated task orders should use the
labor rates from the previous period, until the 365 calendar days
expire. After the 365 calendar days expire the negotiated rates for the
option period can be used. The Government's obligation is to guarantee
a minimum amount of payment of $20,000 for the first year and $10,000
for the second and third years. One A/E firm will be selected from
this announcement. Technical capability required: Firms not having full
in-house capability must demonstrate how they will manage
subcontractors and insure quality control. The (Prime) firm must
identify in their submittal the quantity and number of personnel in
each discipline available in their working office. A QA/QC plan must be
included in the submission. These specific abilities are required:
Architectural, Civil, Structural, Mechanical, Electrical and
Environmental Engineering capabilities including Topo/Geotech Surveying
capabilities are required. Maintenance and repair design experience and
new construction design experience is required. Familiarity with
Military Design is preferred for major disciplines. The firm must also
identify a Fire Protection/Detection Specialist and Designer for this
contract. In addition, a certified Industrial Hygienist, Lead/Asbestos
Abatement Inspector, Geotech/Surveying and Cost Estimating capabilities
are required. Special Qualifications: Previous experience with design
of projects on military installations/academic environment is
preferred. Experience in the preparation of Project Funding
Justification Document (DD1391) is also preferred. Responding firms
should indicate their ability to access an electronic bulletin board
and Automated Review Management System (ARMS) via a Hayes or Hayes
compatible modem, through an IBM compatible PC. Past experience with
the Corp's M-CACES Gold Cost Estimating program, or the firm's
capability to use the program is required.Production of drawings (CADD)
must be accomplished in Microstation version 95 and/or AutoCadd (the
latest version). Specifications and design analyses shall be prepared
using MS Word 97. Cost estimates shall be accomplished in
M-CACES.Closing date for submitting SF255: 30 days after advertising
date. If this date falls on a Saturday, Sunday, or Holiday the closing
date will be on the next business day. Firms must submit their
qualifications on 11-92 version of SF255 and SF254. SF254 should
reflect the overall firms capacity, whereas, SF 255 should reflect only
the personnel dedicated to the specific project referenced in the
submittal. These guidelines should be closely followed, since they
constitute procedural protocol in the manner in which the selection
process is conducted. Evaluation factors in descending order of
importance:A. Primary Selection Criteria 1. Specialized experience and
technical competence in the type of work required. 2. Professional
qualifications necessary for satisfactory performance of required
services.3. Past performance on contracts with government agencies and
private industry in terms of cost control, quality of work and
compliance with performance schedules.4. Capacity to accomplish the
work within the required time.5.Knowledge of the locality and location
in the general geographical area of Fort Drum, NY provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the project. Note: Firms are
encouraged to submit from any geographical area. 6. Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design. (If
applicable)B. Secondary Selection Criteria1. Extent of participation of
small businesses, small disadvantaged businesses, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort.
2. Geographic Proximity in relation to location of project.3. Volume
of work previously awarded to the firm by the Department of Defense,
with the object of effecting an equitable distribution among qualified
A/E firms, including small and small disadvantaged business firms and
firms that have not had prior DoD contracts. Approximate start date of
contract: March 2001 Approximate completion date of contract: March
2004Small and small disadvantaged firms are encouraged to participate
as prime contractors or as members of joint ventures with other small
businesses, and all interested contractors are reminded that the
successful contractor will be expected to place subcontracts to the
maximum practicable extent with small and disadvantaged firms in
accordance with Public Law 95-507. Firms which have not previously
applied for New York District projects and firms which do not have a
current SF254 on file with the New York District should submit
two of the SF254 with this initial response to CBD
announcement. Firms using consultants should submit copies of the
SF254 for their consultants.a) Notification of all firms will
be made within 10 calendar days after approval of the Final selection.
Notifications will not be sent after preselection approval. The
notification will say the firm was not among the most highly qualified
firms and that the firm may request a debriefing. b) The A/E's request
for a debriefing must be received by the selection chairperson within
30 calendar days after the date on which the firm received the
notification.c) Debriefing(s) will occur within 14 calendar days after
receipt of the written request.d) Copies of all SF 254's & SF 255's of
all firms, who are not short listed, will be held for 30 calendar days
after notifications are sent out. Three (3) copies of the submittals
should be sent to Ms. Willien Cunningham, CENANENM,
Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 2649123.
Posted 07/17/00 (W-SN475425). (0199) Loren Data Corp. http://www.ld.com (SYN# 0021 20000719\C-0004.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 17, 2000 by Loren Data Corp. --
info@ld.com
|
|
|