|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 7,1995 PSA#1297US Army Corps of Engineers, Ft. Worth District, P.O. Box 17300 ATTN:
CESWF-ED-MS, ROOM 6A18, 819 Taylor Street, Fort Worth, TX 76102-0300 C -- INDEFINITE DELIVERY CONTRACT FOR MULTIDISCIPLINE DESIGN SERVICES
FOR (PRIMARILY CIVIL/STRUCTURAL/HTW) PROJECTS ASSIGNED TO THE FORT
WORTH DISTRICT (PRIMARILY FORT POLK, LA) SOL DACA63-95-R-0028 POC
Sharon McLellan (817/334-3939). 1. CONTRACT INFORMATION: The work may
involve Design, Drafting, Planning, Environmental Studies and Site
Investigation associated with this type of project. All work must be
done by or under the direct supervision of licensed professional
Engineers or Architects. The work under this contract is anticipated to
begin in September 1995 and run for twelve months with a 12 month
option. Estimated A-E Fee Including Option: $1,500,000.00 maximum
($750,000.00 basic, $750,000.00 option), with a maximum Delivery Order
amount of $150,000.00. The minimum amount to be paid under this
contract is $15,000.00. If a large business firm is selected for this
announcement it must comply with the FAR 52.219-9 clause regarding the
requirement for a subcontracting plan. The Fort Worth district's goal
on work to be subcontracted is that a minimum of 60.3% of the
Contractor's total intended subcontract amount be placed as follows:
9.8% be placed with Small Disadvantaged Businesses (SDB), 2.9% with
Women Owned Small Business (WOB) and the remaining 47.6% be placed with
Small Businesses (SB) for a total of 60.3%. The plan is not required as
part of this submittal. The proposed services will be obtained by
Negotiated Fixed Price Contract. Projects outside the primary area of
responsibility may be added at the Governments discretion upon
agreement of the selected firm. 2. PROJECT INFORMATION: The work may
involve Design, Drafting, Planning, Studies and Site Investigations
associated with an Indefinite Delivery Contract for projects which are
primarily of a Civil/Structural/ HTW nature. Projects are expected to
be for maintenance, repair or alterations to existing facilities
and/or small new construction. Work may also include designs/studies
for environmental or EPA considerations. Services during a project's
construction phase may also be required. 3. SELECTION CRITERIA: See CBD
Note 24 (Monday issue) for general description of selection process.
Selection criteria in descending order of importance are as follows:
(a) Professional Capabilities: This type of Indefinite Delivery
Contract will require, at a minimum, the following: 3 Civil, 3
Structural, 2 Electrical, 2 Mechanical Engineers and 2 Architects, Cost
Estimating, 1 Landscape Architect, Surveyors, Environmental
Design/Remediation Expertise, lab testing, and design to Fire
Protection/Life Safety codes. Required disciplines may be either
inhouse or through consultant. (b) Specific Experience and Technical
Competence: The selected team must demonstrate experience in the design
of repair, renovation or alteration of existing facilities and
infrastructures, utilities, HVAC systems, and small new construction.
Firms must show experience in evaluating contractor's submittals and
construction surveillance. Firms must have at least two year's
experience in Fire Protection/Life Safety Design and be familiar with
the use and application of NFPA codes 80 and 101 and MIL-HDBK-1008A.
Demonstrate experience in working with a testing laboratory to design
for water quality, removal of friable asbestos and remediation of
lead-based paint hazards and underground toxic substances. (c) Firms
must show adequate team capacity to design three Delivery Orders
concurrently meeting all schedules. (d) Demonstrate past performance
with respect to cost control, quality of work, and compliance with
performance schedules. (e) Geographical Location: Firms must show
familiarity with Fort Polk, LA and the surrounding area. (f)
Specifications and construction cost estimates prepared on IBM
compatible equipment. Construction cost estimates prepared using
government PC based computer Aided Cost Estimating System (M-CACES)
(Software will be provided). Computer Media for a Computer Aided Design
and Drafting (CADD) system (Auto CADD or Intergraph compatible). (g)
Extent of participation of SB, SDB, Women Owned Business (WOB), and
Historically Black Colleges and Universities and Minority Institutions
(HBCU) in the proposed contract team, measured as a percentage of the
estimated effort. (h) In Block 10 of the SF 255, show last 12 month's
DOD awards. 4. SUBMITTAL REQUIREMENT: (a) See Note No. 24 for general
submission requirements. Interested firms must provide one submittal
package including an original SF 254 and SF 255 no later than 4:30 p.m.
on the 30th day after the date of this announcement to be considered.
The 11/92 version of the forms must be used. If the 30th day is a
Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the
next business day. (b) Responding firms must submit a current and
accurate SF 254 for themselves and each proposed consultant. It must be
provided for the specific office proposed to do the work. Indicate in
Block No. 4 of SF 254 if your firm is a Large, Small, Small and
Disadvantaged or Woman-Owned Business. To be classified as a small
business, a firm's average annual receipts or sales for the preceding
three fiscal years, must not exceed $2.5 million. (c) Submit only one
SF 255, completed in accordance with the instructions. It must contain
information in sufficient detail to identify the team (prime and
consultants) proposed for the contract. (d) Include CBD announcement
number in Block No. 2b of the SF 255. (e) In Block No. 4 of the SF 255,
insert only the number of consultant personnel by discipline proposed
for potential project as (A). Insert only the number of in-housed
personnel by discipline proposed for potential project as (B). (f) In
Block No. 6 of the SF 255, identify the discipline/service to be
supplied by each consultant, including the number of individuals
employed by each. (g) Provide brief resumes of the on-staff or
consultant employees you intend to use to perform the work in the
anticipated design time and the project assignment they will perform in
Block No. 7 of your SF 255. Block No. 7 should be repeated, as needed,
to identify all the major disciplines and team members. Selection will
be based on the total team members presented in your SF 255, primarily
block No. 7. (h) Solicitation packages are not provided for A-E
contracts. This is not a request for proposal (see Note No. 24).
(0062) Loren Data Corp. http://www.ld.com (SYN# 0028 19950306\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|