Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 14, 2001 PSA #2872
SOLICITATIONS

C -- INDEFINITE DELIVERY CONTRACT FOR A/E SERVICES FOR THE DESIGN OF VARIOUS MILITARY ARCHITECTURAL AND ENGINEERING PROJECTS PRIMARILY AT DEFENSE SUPPLY CENTER COLUMBUS (DSCC), COLUMBUS, OHIO BUT COULD BE ANYWHERE WITHIN DISTRICT MISSION BOUNDARIES

Notice Date
June 12, 2001
Contracting Office
U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230
ZIP Code
40202-2230
Solicitation Number
W22W9K-1150-6760
Response Due
July 12, 2001
Point of Contact
Contract Specialist, B. J. Durrett, (502) 315-6184; Technical, Mark Ringenberg, (502) 315-6839
Description
1. GENERAL CONTRACT INFORMATION: The proposed services will be obtained by negotiated Firm Fixed Price Contracts and will be for military activities at Defense Supply Center Columbus, OH (DSCC). Projects will be awarded by Individual Delivery Orders (normally expected to be $100,000 or less), and individual delivery orders will not exceed the maximum contract value of $500,000. The estimated construction cost per project is approximately between $100,000 and $2,000,000. The contract period is one year from date of award with two option periods (each additional period with an additional ceiling amount of $500,000.00 respectively) to be awarded at the discretion of the government. This announcement is open to all businesses regardless of size. 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 the annual receipts averaged over the past three fiscal years do not exceed $4 million. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 61.4% to Small Business, 9.1% to Small Disadvantaged Business, 5% to Woman-Owned Small Business, 3% to Veteran Owned Business , and 2.0% to HUBzone Small Business. These percentages are applied to the total amount of subcontracted dollars. To be eligible for award, a firm must be registered in the Central Contractor Registration (CCR) database via the CRR internet site at: HYPERLINK http://ccr2000.com http://ccr2000.com or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 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 User's 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. 2. PROJECT INFORMATION: Predominate activities are expected to require disciplines in architecture and the engineering fields of mechanical, fire protection, electrical, structural and civil. The use of this contract can result in a wide range of activities and design such as Facilities Maintenance renovation and new construction. However, multi-discipline technical teams must be available as necessary for the preparation of facility master planning documents and/or plans, specifications, construction cost estimates and/or technical studies in support of such projects as a) building design, renovation, and repairs to include items as painting, window and door replacement, and roof repairs and/or replacements; b) structural analysis and design (includes seismic analysis); c) mechanical systems, HVAC and plumbing; d) electrical systems, alarms, controls, interior/exterior lighting and distribution systems; e) life safety analysis & fire protection systems; f) site surveying; g) hydraulic and hydrology analysis; h) geotechnical (soils engineering) activities; i) road design, paving and resurfacing; k) site work including layout, grading and drainage; l) water and waste water distribution and treatment; m) interior space planning and design to include pre-wired work stations; n) landscape planting and design; o) corrosion prevention and control; p) engineering services during construction (e.g. construction supervision, preparation of record drawings, or the checking of shop and working drawings, etc.) q) survey, analysis, and abatement design for hazardous materials encountered in building demolition and renovation i.e. PCB's, asbestos, and lead in such forms as electrical appurtenances, painted surfaces, floor tiling, pipe insulation and roofing felts may be encountered and; r) military community master planning and facility project development. Metric design, (in whole or in part), and electronically developed drawings in AUTOCAD format may be required for any or all authorized projects. A laboratory accredited in Bulk Asbestos Fiber Analysis given by the National Institute of Standards and Technology (NIST) under the National Voluntary Laboratory Accreditation Program (NVLAP) must be available for hazardous material testing as needed. Some work in enclosed/confined spaces may be required. Technical competence and experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials must be documented. 3. SELECTION CRITERIA: See Note 24 for general selection process information. The specific selection criteria (a through d being primary and e through i secondary) in descending order of importance are as follows and must be documented with resumes in the SF255: a) A designer and checker with education, training, and specialized experience in architecture, landscape architecture and in the fields of civil, geotechnical (soils engineering), structural (independent of civil), mechanical, fire protection and electrical engineering are necessary with at least one in each field professionally registered Engineer/Architect. Additionally, professionals qualified by education, registration, certification, and/or training in interior design, industrial hygiene, hazardous material inspection and abatement methods, military community master planning, and facility project development are necessary. The Interior Designer must either be NCIDQ Certified, a registered Interior Designer, or a registered architect with demonstrated training and experience in interior design. The hygienist must be a Certified Industrial Hygienist (CIH) as certified by the American Board of Industrial Hygienist (ABIH). The hazardous material inspector must have successfully completed an EPA approved course for building inspectors and asbestos management planners. b) Specialized experience and technical competence in the expected activities identified above as evidenced by the resumes of the personnel assigned to this project; only resumes identifying the professionalism and specialized experience of the design group are necessary. Other available personnel may be specified in paragraph 10 of the SF 255. c) Capacity to complete the work in the required time. d) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e) Superior performance evaluations on recently completed DOD contracts; f) Knowledge of the locality of the project; g) Geographic proximity to Defense Supply Center, Columbus, OH h)Volume of DOD contract awards in the last 12 months as described in Note 24; i) 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. In addition, a brief Design Management Plan including an explanation of the firm's management approach, management of subcontractors (if applicable), quality control procedures and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in paragraph 10 of the SF 255. 3. SUBMITTAL REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit a SF 255 to the address listed below no later than close of business 12 July 2001. The SF 255 will be no longer than 125 pages in length (excluding SF 254's) and Block 10 will be 20 pages or less in length. Front and back side use of a single page will count as one page. Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted with the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. Solicitation packages are not provided. This is not a request for proposal. Submit responses to U. S. Army Corps of Engineers, Louisville District, 600 Dr. M. L. King Jr. Place, Room 821, Attn: CT-C (Durrett). Questions of a technical nature should be addressed to Mark Ringenberg, (502) 315-6839, and those of an administrative nature to B. J. Durrett, (502) 315-6184. ACASS Number of the office performing the work should be listed in Block 3 of the SF255. ACASS Numbers may be obtained by contacting Portland Corps of Engineers website at: http://nwp.usace.army.mil/ct/i or by contacting the Portland Office at 503-808-4591. The Army single Face to Industry site is http://acquisition.army.mil/default.htm. Release of a firm's status will occur within ten (10) days after approval of any selection. 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
Record
Loren Data Corp. 20010614/CSOL002.HTM (W-163 SN50O751)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on June 12, 2001 by Loren Data Corp. -- info@ld.com