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
|
|
|