Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14, 2000 PSA #2747
SOLICITATIONS

C -- ARCHITECT-ENGINEERING IDTCONTRACT FOR MULTI-DISCIPLINE DESIGN, ABBREVIATED DESIGN, AND CONSTRUCTION SUPPORT SERVICES FOR FORT LEWIS, WASHINGTON

Notice Date
December 12, 2000
Contracting Office
US Army, Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA 98124-3755
ZIP Code
98124-3755
Solicitation Number
DACA67-01-R-0207
Response Due
January 12, 2001
Point of Contact
Nancy A. Gary, 206-764-3266
E-Mail Address
Contract Specialist (nancy.a.gary@usace.army.mil)
Description
Project consists of providing multi-discipline Architect-Engineer (A-E) design, abbreviated design, and construction support services for Fort Lewis, Washington and Sub-installations. The A-E will be required to prepare plans, specifications, design and analysis, cost estimates, and studies, as required for a variety maintenance, repair, alteration and minor construction projects, and provide construction support services. Projects are primarily architectural with related civil, mechanical and electrical work, including some asbestos and lead abatement work. Examples of projects include total renovation and restoration of admin barracks buildings, renovation of military family housing quarters needed due to fire and water damage, new facility construction, additions and renovations to existing facilities, road work, railroad, and bridgework, etc. In addition to the preparation of 100% completed plans, specifications, and cost estimates, the selected firm may be required to prepare abbreviated documents used in Job Order Contracting task orders. The selected firm may also be required to prepare shop drawings, bill of materials, fabrication and erection details, and abbreviated designs for Public Works shop personnel. 2. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance: Criteria a-f are primary criteria, g is a secondary and will only be used as a "tie-breaker". PRIMARY CRITERIA: (a) Specialized experience and technical competence of the firm in the type of work required for the Seattle District, U. S. Corps of Engineers customers in the geographical area for this contract;. (b) Professional qualifications of firm's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services; (c) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; reduction or elimination of toxic and harmful substances in facilities construction or operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of key personnel that demonstrate their experience and training in sustainable design (d) Ability of the firm to respond to numerous quick turnaround projects and knowledge of locality of projects involved; (e) Capacity of the firm to accomplish the work required in the required time; (f) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. SECONDARY CRITERIA: (g) Volume of work awarded in the past 12 months by DoD to the firm and consultants to be used on this project. 3. CONTRACT INFORMATION: Multi-discipline Architect-Engineering (A-E) design, abbreviated design, and construction support services in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for architectural, landscaping/civil, mechanical, electrical and structural engineering design related to the Seattle District, U.S. Army Corps of Engineers. An indefinite delivery contract will be negotiated and awarded, 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 approximately $1,000,000. An option period may be exercised when the contract amount for the base or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm fixed-priced task orders not to exceed delivery order limit of $500,000.. The contract is anticipated to be awarded by 1 May 2001. The Standard Industrial Classification System Code (SIC) has been replaced by the North American Industry Classification System Code (NAICS). The NAICS Code for this procurement is 541310, which is matched to SIC Code 8712. . *For the purposes of this procurement a concern is considered a small business if its average annual receipts are $4 million or less Project is open to both large and small business. *If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding subcontracting plan or part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 55% of a contractor's intended subcontract amount be placed with Small Businesses (SB); (2) at least 9% of a contractor's intended subcontract amount be placed with Small Disadvantaged Businesses (SDB) or Historically Black College or University and Minority institution; (3) at least 5% of a contractor's intended subcontract amount be placed with Women-Owned Small Business (WOSB), (4) at least 3% Service-disabled Veteran-owned small business subcontracts; (5) at least 1% of a contractor's intended subcontract amount be placed with Hubzones. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at //ccr.edi.disa.mil or by contacting the DoD Electronic Commerce information Center at 1-800-334-3414. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92) edition), and one copy of SF 254 (11/92 edition) for the prime firm and all consultants not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF255, Block 3b. for ACASS information call 503-808-4591. Submittals should be mailed to the following address: U.S. Army Corps of Engineers, Seattle District, ATTN: Nancy Gary, 4735 East marginal Way South, Seattle, WA 98134-2385. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This is not a request for proposals. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army. mil and the Seattle District, Corps of Engineers web site at http://www.nws.usace.army.mil.
Web Link
Seattle District, Corps of Engineers, Contracting Page (http://www.nws.usace.army.mil/ct/)
Record
Loren Data Corp. 20001214/CSOL003.HTM (W-347 SN508703)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 12, 2000 by Loren Data Corp. -- info@ld.com