Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,2000 PSA#2653

U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230

C -- MASTER PLANNING AND A/E SERVICES AT VARIOUS MILITARY INSTALLATIONS SOL W22W9K-0200-1133 DUE 082800 POC Contracting POC Barbara Simpson (502) 625-7634 Technical POC Mark Real (502) 582-6040 INDEFINITE DELIVERY CONTRACT(S) FOR MASTER PLANNING AND A/E SERVICES AT VARIOUS MILITARY INSTALLATIONS PRIMARILY WITHIN THE LOUISVILLE DISTRICT, BUT COULD BE ANYWHERE WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES SOL: W22W9K-0200-1133 DUE: 082800 CONTRACT INFORMATION: The proposed services will be obtained by a negotiated Firm Fixed Price Contract. The amount of the basic contract shall not exceed $1,000,000. The contract period is one year from the date of award, with an option to extend two additional one-year periods each with an additional $1,000,000 for each period the option is exercised. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small, Small Disadvantaged and Women-Owner Small Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 61.2 for small business, 9.1% for Small Disadvantaged Business, 5% for Women-Owner Small Business and 1.5% for HubZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Some projects may require partnering with the selected firm which could require the selected A/E to attend an approximate one-day partnering meeting to define the Users expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. Significant emphasis will be placed on the A/E's quality control procedures as the District will not review quality into the project. A possible second contract may be awarded from this solicitation within nine months after the award of the first contract. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The top ranked firm will be awarded the first contract. If necessary, secondary selection criteria (e-h listed below) will be used as a tiebreaker among technically equal firms. Projects outside the primary area of responsibility may be added at the Government's discretion upon agreement of the selected firm(s). To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database. Firms may register via the CCR Internet site at: http://ccr2000.com or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. PROJECT INFORMATION: Projects will consist of preparing Real Property Master Planning (RPMP) documents for Army, Air Force, Army Reserve, and Army and Air National Guard locations based on the requirements of AR 210-20 "Master Planning for Army Installations", TB ENG 353 "Installation Master Plan Preparation", AFR 86-4 "Base Comprehensive Planning", and AFM 86-6 "Air Base Master Planning Manual". RPMP will include developing or updating installation's "Long Range Component", "Capital Investment Strategy", "Short Range Component" and/or "Mobilization Component" with related site maps and environmental documentation. Base Comprehensive Plans include Land Use Plans, Five-Year Program Plans and Tab Documents. Programming document preparation includes development of DD Form 1391 based on the requirements of AR415-15, AR415-35 and AFR 86-1; Army Project Development Brochures and Air Force Project Books; to include site analyses, cost estimates and alternative analyses. Special Studies will include preparing/updating Area Development Plans, Summary Development Plans, Utility Surveys/Analyses, Installation Design Guides, Economic Analyses and Facility Utilization Studies; and the facilitation/participation of planning charrettes. Experience in developing RPMP documents based on AR 210-20, TB ENG 353, AFR 86-4, AFM 86-6; developing programming documents based on AR 415-15, AR 415-35 and AFR 86-1; and completing Special Studies at military installations will be a significant selection criteria and must be indicated in the SF 255. SELECTION CRITERIA: See Note 24 for general selection process information. The specific selection criteria (a-d being primary and e-h being secondary) in descending order of importance are as follows and must be documented by resumes in the SF 255. A) Professional Qualifications. Design by registered professionals in the fields necessary for satisfactory performance of the required services for subject project. Firms must indicate two resumes for engineers/architects, at least one in each field must be professionally registered: Landscape Architecture, Architecture, Surveying, Civil, Environmental, Sanitary, Mechanical and Electrical. Additionally, firms must also indicate two resumes in each of the following fields for experienced professionals qualified by education, registration, certification and/or training in the following fields: Planning, Project Management, Estimating and ComputerProgramming Analysis. B) Specialized Experience: Specialized experience and technical competence in all the activities identified above as evidenced by the resumes of the personnel assigned to this project is required. Technical competence in the preparation and/or review of RPMP documents and Special Studies by experienced professionals must be provided. The installation's RPMP and supporting mapping/graphics will need to be developed or updated based on the requirements of TB ENG 353 and the capability to produce maps and plans in both Intergraph Microstation and AutoCAD formats is required and must be indicated in the SF 255. Experience in the development and/or manipulation of various GIS systems in support of planning efforts are also to be indicated. Technical competence and documented experience in the design, development and production of master planning documents in a web environment is also sought and should be so indicated. C) Capacity. Capacity of the firm and consultants to accomplish the work in the required time; if a branch office, its capacity to perform independently of the main office. D) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. E) Superior Performance Evaluations on recently completed DoD contracts. F). Geographical location and knowledge of the locality. G) Volume of DoD contract awards in the last 12 months as described in Note 24; H) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort The District reserves the right to terminate firms that do not respond to Government requests for proposals, information, documentation, etc. in accordance with established schedules. SUBMITTAL REQUIREMENTS: a) See Note 24 for general submission requirements. Any firm with an electronic mailbox should identify such address in Block 3 of the SF 255. ACASS number of the office performing the work should be identified in Block 3 of the SF 255. Release of firm status will occur within 10 days after approval of any selection. Firms, which are interested and meet the requirements described in this announcement, are invited to submit one completed SF 255, U.S. Government A/E and Related Services for Specific Projects to the office shown above. All responses on SF 255 to this announcement must be received no later than 4:30 PM Local Time on 28 August 2000 to be considered for selection. b) It is requested that interested firms list the fee amount and date of all DoD contracts awarded during the last 18 months to the firm and all subsidiaries in Block 9 of the SF 255. c) Responding firms must submit a current and accurate SF254 for each proposed consultant. All responding firms which do not have a current (within past 12 months) SF 254 on file with the North Pacific Division, Corps of Engineers must also furnish a completed SF 254. North Pacific Division may be contactedat (503) 808-4591. The business size status (large, small and/or minority) should be indicated in Block 3 of the SF 255. Definition: A concern is small if its annual receipts averaged over the past three fiscal years do not exceed $2.5 million. d) No other information including pamphlets or booklets is-requested or required. e) No other general notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A/E contracts. This is not a request for proposals. U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821, LOUISVILLE KY 40202-2230 (0207) Posted 07/27/00 (W-SN479657). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0022 20000731\C-0007.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on July 27, 2000 by Loren Data Corp. -- info@ld.com