|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 3,1995 PSA#1295U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- POTENTIAL FIXED-PRICE CONTRACTS FOR DESIGN OF UTILITY SYSTEMS IN
THE OMAHA DISTRICT SOL DACA45-95-R-0049 POC For further information,
contact John M. Miller at: (402) 221-4176. CONTRACT INFORMATION: A-E
services are expected to be required for the design of this type of
project within the Omaha District. Services required may include site
investigations, studies, reports, concept design, final design, and
construction phase services. A separate firm-fixed-price contract will
be negotiated for each project. A list of most highly qualified and
technically equal firms for this type of project will be established
based on evaluation criteria (a) through (c). When a project of this
type is authorized, the list will be ranked in order of qualifications
based on evaluation criteria (d) through (g) and negotiations will
begin with the top ranked firm. Firms awarded contracts under this
solicitation will not be considered for ranking again until all firms
on the list of most qualified firms have been offered contracts. Firms
will be selected for this type project from the list established under
this solicitation for the next 12 months. No projects of this type are
currently authorized for design and funds are not presently available
for any contracts (see FAR 52.232-18). The Omaha District may
establish a design partnership with A-Es selected for projects under
this solicitation. If a design partnership is to be established, the
selected A-E will attend a one-day partnering meeting prior to
negotiation to define Omaha District expectations of the A-E, create a
positive working atmosphere, encourage opem communication, and
identify common goals. Greater emphasis will also be placed on the
A-E's quality control proceedures. The District will not review quality
into the project. The A-E selected for a project under this
solicitation must submit for approval a project-specific design quality
control plan as a condition of contract award. This plan is not
required with this submittal. If a large business is selected for a
project under this solicitation, it must comply with FAR 52.219-9
regarding the requirement for a subcontracting plan on that part of the
work it intends to contract. This plan is not required with this
submittal. The subcontracting goals for this contract are that a
minimum of 28% of the contractor's intended subcontract amount be
placed with small businesses (SB), including small disadvantaged
businesses (SDB), and 8% be placed with SDB. PROJECT INFORMATION:
Projects may be located at any of the military installations within the
Omaha District. Projects may include design for new systems or upgrade
and renovation of existing systems. Projects may include work on
complete system or a portion of a system. Type of systems may include
primary/secondary electrical distribution, communications (including
radio transmission and fiber optics), Energy Management and Control
Systems (EMCS), utility monitoring systems, fire alarm systems,
basewide local and wide area networks, special data networks, potable
water, fire protection water, sanitary sewer, storm drainage,
steam/condensate, high temperature hot water and chilled water systems,
natural gas, fuel distribution and storage systems (including above and
below ground tanks), and similar systems including all necessary
appurtances. Projects may require application for local, state and
federal permits and asbestos or other hazardous materials removal
design may be required. The estimated construction cost of projects
will be between $1,000,000 and $10,000,000. SELECTION CRITERIA: See
Note 24 for general selection process. Criteria for selection, in order
of importance, are: (a) Recent specialized experience and technical
competence of the firm (including consultants) in: (1) Design of
electrical/communications, water, sewer, heating/cooling and fuel
systems similar to those described above. (2) Producing quality designs
as evidenced by the firm's quality control procedures. (3) Effective
coordination and management of the project team, including consultants.
(4) Construction cost estimating and preparation of estimates on IBM
compatible personal computers using Corps of Engineers Micro-Computer
Aided Cost Estimating System (M-CACES) GOLD version or similar system
(M-CACES software will be provided). (5) Producing Computer Aided
Drafting and Design (CADD) drawings fully compatible with one of the
following: Intergraph Project Architect (version 3.4.1 or later),
Intergraph Unix System 5 Microstation 32 (version 4.0 or later,
Intergraph MS-DOS Microstation PC (version 4.0 or later). (b)
Professional qualifications and specialized experience in providing
services similar to those listed above of the proposed team members
(including consultants) in the following disciplines: civil,
communications, cathodic protection, electrical, environmental,
mechanical, sanitary, structural, fuel systems and fire protection
engineering, architecture, landscape architecture, asbestos/hazardous
waste removal and estimating. (c) Capacity to design a project as
described in Project Information within a twelve month period. (d) Past
performance as described in Note 24. (e) Location and knowledge of the
locality of the project. (f) 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. (g) Volume of DOD contract awards in the 12 month
period prior to selection as described in Note 24. SUBMITTAL
REQUIREMENTS: Solicitation packages are not provided for A-E contracts.
This is not a request for proposal. Firms desiring consideration shall
submit two copies of a combined SF 255 and separate SFs 254 for prime
and each consultant. To be considered, submittals must be sent to the
U.S. Army Corps of Engineers and addressed as follows: Omaha District,
A-E Contracts Support Section, ATTN: John M. Miller, CEMRO-ED-MG, 215
N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no
later than close of business on the 30th day after the date of
publication of this announcement. If the 30th day is a Saturday or
Sunday or a federal holiday, the deadline will be the close of business
on the next business day. In block 10 of the SF 255, provide the
following: (a) Design Management Plan (DMP). The DMP should be brief
and include an explanation of the firm's management approach,
management of subcontractors (if applicable), specific quality control
procedures used and an organizational chart showing the
inter-relationship of management and various team components (including
subcontractors). (b) The firm's present workload and the potential
availability of the firm's staff (including consultants) for the period
during which firms will be selected from the list established from this
solicitation. In block 3 of SF 255 provide the submitting firm's number
(six or seven digits) assigned by the North Pacific Division, U.S. Army
Corps of Engineers, for the Architect-Engineer Contract Administration
Support System (ACASS) and the firm number for any consultants in
block 6 of the SF 255. If unknown, so state. To receive information to
obtain an ACASS number, call (503) 326-3459. Personal visits for this
solicitation to the Omaha District offices will not be scheduled. See
Numbered Note(s): 24. (0060) Loren Data Corp. http://www.ld.com (SYN# 0026 19950302\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|