COMMERCE BUSINESS DAILY ISSUE OF JULY 25,2000 PSA#2649 U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- INDEFINITE DELIVERY-TYPE CONTRACT FOR MISC ARCHITECTURAL AND
ENGINEERING SERVICES FOR CIVIL WORKS AND MILITARY PROJECTS WITHIN THE
GEOGRAOPHIC BOUNDARIES OF THE NORTHWESSTERN DIVISION SOL
DACA45-00-R-0018 DUE 082400 POC Procedural: Chuck Paukert (402)
221-4403; Technical: Daniel Saniuk (402) 221-4521 E-MAIL:
charles.w.paukert@usace.army.mil and daniel.saniuk,
charles.w.paukert@usace.army.mil. CONTRACT INFORMATION: A single
Indefinite Delivery Type contract will be awarded for a base period and
may include two additional option periods. The contract amount will not
exceed $1,000,000 in any period. The base period and option periods
will not exceed one year each, but option periods may be exercised when
the contract amount for the current period has been reached or nearly
reached. Minimum contract guarantee amount is $20,000. Work will be
issued by negotiated firm-fixed-price task orders. Task Orders will be
issued from time to time as the need arises during the contract
period. The amount of the Task Orders will not exceed the contract
amount in any period. Contract award is anticipated in November 2000.
All contract options may not be awarded if not supported by sufficient
workload. Types of services required will include site investigations,
studies, reports, concept design, final design, and construction phase
services. Allocation of task orders from among firms with IDT
contracts for similar work will be based on one or more of the
following factors: specialized knowledge or expertise which would
significantly benefit a specific customer or enhance execution, past
experience with a specific customer or knowledge of the locality,
availability of appropriate staff, performance on previous task orders,
magnitude of task order relative to remaining contract capacity, and
equitable workload distribution. If a large business is selected for
this project, it must comply with FAR 52.219-9 regarding the
requirement for a subcontracting plan on that part of the work that it
intends to contract. This plan is not required with this submittal.
The subcontracting goals for this contract are that a minimum of 61.2%
of the contractor's intended subcontract amount be placed with small
businesses (SB), 9.1% be placed with small disadvantaged businesses
(SDB), and 4.5% be placed with women-owned small businesses (WOSB).
PROJECT INFORMATION: Task orders under this contract will consist
primarily of design for new, addition, and remodel of facilities
including (but not limited to) administrative, operations, training,
maintenance and production, medical, and housing and community
improvements. Task orders will also include infrastructure design for
facility-related site utilities and grounds, site planning and design,
landscaping, and roads and bridges. Finally, task orders will include
requirements for facility-related special designs including fire
protection, underground storage tank removal/replacement, interior
design (CID/SID), asbestos/lead paint removal, and Energy Management
Control Systems (EMCS). Construction cost estimates may be required for
any of the design tasks listed above. Work will be primarily located
within the geographic boundaries of the Northwestern Division, but may
be anywhere in the U.S. subject to higher headquarters approval. It is
likely that use of the metric system of measurement may be required for
some deliverables under the proposed contract; however, metric system
experience is not a selection criterion and is not required for
selection. Construction cost estimates will be prepared using the Corps
of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) Gold
version. (M-CACES software will be provided.) Drawings will be prepared
in a format fully compatible with Bentley Microstation SE, or AutoCAD
version 14 or later depending on specified customer requirements.
Delivery of electronic CADD and CALS files, as well as vellums and
prints, will be required. SELECTION CRITERIA: Criteria for selection,
in order of importance, are:(a) Recent experience and technical
competence of the firm (including consultants) in:(1) Design for new,
addition, and remodel of facilities including (but not limited to)
administrative, operations, training, maintenance facilities. Include
related past experience (in the last five years) within the
Northwestern Division and its customers as well as knowledge of design
in boundaries. (2) Design of infrastructure for facility-related site
utilities and grounds, site planning and design, landscaping, and
roads and bridges. Include related past experience (in the last five
years) within the Northwestern Division and its customers as well as
knowledge of design in boundaries. (3) Design of specialized building
systems such as fire protection, security detection and alarm systems,
and Energy Management Control Systems (EMCS). (4) Experience in
compliance with laws, regulations, user criteria, or other critical
project criteria as related to general project design and construction,
and for special asbestos/lead paint removal, underground storage tank
removal/replacement, and permitting required for project
construction.(5) Use of the MCASES Gold cost estimating system.(6)
Green building design concepts including energy efficiency, use of
recovered materials, waste reduction and pollution prevention in
facility design.(7) Experience with multi-discipline task order type
contracts that require the ability to respond quickly to task orders,
requests for proposals, and completion of projects on an accelerated
schedule.(b) Quality control procedures and team organization,
including consultants as described in the Design Management Plan (see
SUBMITTAL REQUIREMENTS). The selected A-E firm must be able to provide
designs that meet guidance, criteria and quality standards without
detailed review by the District. The firm must also present a logical
team organization that provides an effective method of coordination and
communication between the individual team members as well as
consultants.(c) Professional qualifications and specialized experience
in providing services similar to those listed above of the proposed
team members (including consultants) in the following disciplines:
architecture; interior design; landscape architecture; master planning;
civil; sanitary (water and wastewater treatment); environmental
(hazardous waste); mechanical; fire protection; electrical; structural;
cost engineering; soils engineering; surveying; and, asbestos/lead
remediation.(d) Capacityto accomplish the work in the required time,
including the ability to complete more than one task order at a
time.(e) Past performance on previous contracts with respect to cost
control, design to cost, quality of work, and compliance with
performance schedules.(f) Compatibility with CADD systems as described
above. (g) Extent of participation of SB, SDB, and, if appropriate,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the
estimated effort.(h) Volume of DOD contract awards in the last 12
months with the object of effecting an equitable distribution of DOD
A-E contracts among qualified A-E firms.SUBMITTAL REQUIREMENTS:
Solicitation packages are not provided for A-E contracts. This is not
a request for proposal. Firms desiring consideration must submit two
copies of a combined SF 255 and separate SFs 254 for prime and each
consultant. To be considered, submittals must be addressed as follows:
U.S. Army Corps of Engineers, Omaha District, CENWO-ED, ATTN: Chuck
Paukert, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be
received no later than 4:00 PM CDT on 24 August 2000.In block 10 of the
SF 255, provide the following:(a) Design Management Plan (DMP). The
plan should be brief and include an explanation of the firm's
management approach, management of subcontractors (if applicable),
specific quality control procedures used and an organizational chart
showing the inter-relationship of management and various team
components (including subcontractors).In block 3 of SF 255 provide the
submitting firm's number (six or seven digits) assigned by the
Northwestern Division, U.S. Army Corps of Engineers, for the
Architect-Engineer Contract Administration Support System (ACASS). If
firms has no number, so state.In block 6 of SF 255 provide the ACASS
firm number for any consultants. If firm has no number, so state. To
receive information on how to obtain an ACASS number, call (503)
808-4591. Personal visits for this solicitation tothe Omaha District
offices will not be scheduled. Posted 07/21/00 (W-SN477425). (0203) Loren Data Corp. http://www.ld.com (SYN# 0021 20000725\C-0003.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 21, 2000 by Loren Data Corp. --
info@ld.com
|
|
|