COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,2000 PSA#2665 Department of The Army, US Army Engineer District, Europe, Attn:
CENAU-CT, Cmr 410, Box 7 APO AE 09096 C -- INDEFINITE DELIVERY CONTRACT FOR MASTER PLANNING SERVICES WITHIN
EUROPE, MIDDLE EAST, AFRICA AND THE FORMER SOVIET STATES FOR THE
EUROPE DISTRICT SOL FY00-2008 DUE 091500 POC Mr. Norman W. Cotter,
011-49-611-816-2729, FAX 011-49-611-816-2730 E-MAIL: Click here to
contact the POC, Norman.W.Cotter@nau02.usace.army.mil. C -- INDEFINITE
DELIVERY CONTRACT FOR MASTER PLANNING SERVICES WITHIN EUROPE, MIDDLE
EAST, AFRICA AND THE FORMER SOVIET STATES FOR THE EUROPE DISTRICT SOL
FY00-2008 DUE 090100 POC Norman W. Cotter, 011-49-611-8162729 (Germany)
1. CONTRACT INFORMATION: Multi-disciplined A-E services are required
for miscellaneous master planning, facility master planning,
programming, and concept design throughout Europe, the Middle East,
Africa, and the former Soviet States. Two indefinite delivery contracts
will be negotiated and awarded each with a base period not to exceed
one year and two option periods not to exceed one year each. The amount
of work in each contract period will not exceed $2,000,000. An option
period may be exercised when the contract amounts for the base period
or preceding option period has been exhausted or nearly exhausted. Work
will be issued by negotiated firm-fixed-price or labor-hour task orders
not to exceed the base contract amount. 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 contracts are
anticipated to be awarded in September 2000. This announcement is open
to all businesses regardless of size. 2. PROJECT INFORMATION: The
anticipated usage for these contracts will include but not be limited
to all types of CADD/GIS Mapping, Database Development, Comprehensive
Master Plans, Installation Real Property Master Planning, Facility
Allowance Analysis, Programming Documents, Project Economic and Market
Analysis, Housing Market Analysis, Concept Designs, Priority
Improvement Projects, Installation Design Guides, Interior Design,
Planning and Design Manuals, Facility Utilization Surveys, Security and
Force Protection Studies, Life Safety Improvements and Americans with
Disabilities Act (ADA) Surveys, Housing Studies, Information Management
Master Plans, Medical Master Plans, Privatization Studies,
Environmental Impact Assessments, Baseline Studies, Planning and
Designs for DODDS, Summary Development Plans. The agency is the U.S.
Army Engineer District, Europe. Projects may be performed for the U.S.
Army Europe, U.S. Air Forces Europe, U.S. Army Medical Command, the
Department of State, Department of Defense Dependents Schools, Defense
Logistics Agency, and any other agency within the geographic area of
responsibility of the Europe District. 3. SELECTION CRITERIA: See Note
24 for a general description of the A-E selection process. The
selection criteria for this particular project are listed below in
descending order of importance. Criteria A-E are primary. Criteria F is
secondary and will only be used as "tie-breakers" among technically
equal firms. (A) Specialized experience and technical competence: (1)
Experience of firm and its consultants in the types of projects listed
above in Project Information. (2) Management Plan: This plan must
show, as a minimum, details of lines of supervision and communication,
and working relationships between teams, particularly Joint Venture
Partners and Sub-Consultants. (3) CADD Capability: Firm must have
capability to provide all project mapping and data on electronic media
in a format compatible with Bentley Microstation Version J, with
non-graphic data 100% compatible with Oracle Version 8.0 or higher. A
summary of the firm's CADD capability must be included in Paragraph 10
of the SF 255. Word processing and spreadsheets shall be in a format
compatible with MICROSOFT Office products. (B) Qualified personnel in
the following key disciplines: Architects, Master Planners, Interior
Designers, Landscape Architects, Civil Engineer, Electrical Engineer,
Industrial Engineer, Registered Communications Distribution Designer,
Structural Engineer, Mechanical Engineer, Environmental Scientists and
Land Surveyors with experience in related project categories listed in
section entitled "Project Information". The evaluation will consider
education, training, registration, overall and relevant experience, and
longevity with the firm. (C) Past performance on Department of Defense
and other contracts with respect to cost control, quality of work, and
compliance with performance schedules, as determined from ACASS and
other sources. (D) Capacity to perform approximately $2,000,000 in work
of the required type in a one-year period. The evaluation will consider
the availability of an adequate number of key disciplines. (E) Proven
knowledge of the locality and capability to perform overseas projects,
primarily at U.S. military installations in Europe. (F) Volume of DOD
contract awards in the last 12 months as described in Note 24 4.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested firms having the capabilities to perform this
work must submit two copies of SF 255 (11/92 edition), and two copies
of SF 254 (11/92 edition) for the prime firmand all consultants, to
the following address with their letter of interest to this office.
Block 4 of the SF 255 must show only the staff (including all
sub-consultants) available to perform the anticipated work. Disciplines
shown on the SF 255 and SF 254 must clearly delineate full-time,
free-lance and subcontracted personnel on the staff of each firm. Do
not include promotional brochures, advertisements, or other extraneous
material in your submissions. Include your firm's ACASS number, if
applicable, in the SF 255 block 2b. All submittals must be received in
this office by COB (1630 hrs local time) 15 Sep 2000. PLEASE NOTE:
Firms sending submittals via air courier service should state the
content value to be no cost or zero. If a monetary value is indicated
on the package, the package will be delayed due to customs clearance.
U.S. Army Engineer District Europe is not responsible for such delays
that affect late receipt of submittals. No other general notification
to firms in the US will be made. Personalvisits to discuss this project
will not be scheduled. No further action beyond submission of the SF
255 and SF 254's is required or encouraged at this time. This is not a
request for proposal. No written or telephone requests for a
solicitation package will be accepted or responded to. Address
submittals to Commander, U.S. Army Corps of Engineers, Europe District
ATTN: CENAU-PI (Announcement 2008) CMR 410 Box 12, APO, AE 09096 or
U.S. Army Corps of Engineers, Europe, ATTN: CENAU-PI (Announcement
2008), Konrad Adenauer Ring 39, 65187 Wiesbaden, Germany. Point of
Contact: Mr. Norman W. Cotter, CENAU-PI, Phone: 011-49-816-2729 or FAX:
49-611-816-2730. Posted 08/14/00 (W-SN485461). (0227) Loren Data Corp. http://www.ld.com (SYN# 0022 20000816\C-0003.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 14, 2000 by Loren Data Corp. --
info@ld.com
|
|
|