|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,1995 PSA#1298U.S. Army Engineer District, Norfolk, ATTN: CENAO-EN-MC, 803 Front
Street, Norfolk, VA 223510-1096 C -- A-E SERVICES FOR AIR FORCE PLANNING AND DESIGN SERVICES AT AIR
COMBAT COMMAND INSTALLATIONS WORLDWIDE POC Engineering Manager, Mark
Gill, (804)441-7593 1. CONTRACT INFORMATION: A-E services are required
as follows: Preparation of planning documents and design services,
including but not limited to TITLE I and TITLE II SERVICES. TITLE I
services include field investigations, topographic survey, concept and
final design, including preparation of plans, specifications, cost
estimates, and analysis for liquid fuels projects. TITLE II services
include review of shop drawings, preparation of as-built drawings, and
site visits during construction. The type of contract proposed is an
Indefinite Delivery Contract (IDC). A maximum of 4 contracts may be
awarded. The cumulative value of all delivery ordeers on each IDC will
not exceed $1,500,000 per year, and no delivery order will exceed
$150,000. Each delivery order will be a lump sum, fixed fee order. Each
contract will be awarded for a period of one year with an option to
extend for one additional year. The method used to allocate delivery
orders among contracts will primarily be governed geographically with
seconddary considerations for A-E workload, performance, and quality.
The Contracting Officer, or appropriate representative, shall have
thefinal approval on said allocations. This announcement is open to all
businesses, regardless of size. If a large business is selectedfor a
contract, it must complywith FAR 52.219-9,and a Small and Small
Disadvantaged Business Subcontracting Plan will be required. 2. PROJECT
DESCRIPTION: The projects consist of planning and design of liquid fuel
projects ranging from $1,000 to $3,000,000 estimated construction cost.
Additional work may include planning and design for cleanup, removal,
and/or abatement of hazardous/toxic materials including but not limited
to PCBs, asbestos, and lead paint. 3. SELECTION CRITERIA: The selection
criteria in descending order of importance are: a. Specialized
experience and technical competence: (1) Demonstrated experience by the
primefirm in liquid fuels planning and design; (2) Demonstrated
experience by the project team in liquid fuels planning and design; (3)
Familiarity with Air Force and/or Department of Defense projects; and
(4) Computer resources--Firms must indicate in BLock 10 of the SF255
the following items: (a) Demonstrated CADD capability with capacity to
produce output files in ''.DXF'' or ''.DWG'' file format; and (b)
accessibility to (and/or familiarity with) the Construction Criteria
Base (CCB) System. This shall include as a minimum, the SPECSINTACT
specification system and access to a Hayes compatible modem. b.
Professional qualifications: (1) The design team must possess
experienced registered personnel in the following disciplines: civil,
nechanical, electrical, structural, architectural; (2) An engineer
certified by the American Petroleum Institute; (3) A registered fire
protection engineer or registered engineer with fire protection
expereience is highly desirable; (4) Personnel with education and
experience in the following discipline: liquid fuels planning and
design; and (5) Project Team Management Plan including team
organization and proposed method of carrying out the work to meet
specific project requirements and schedule. c. Capacity to accomplish
the work in the required time: Firms must demonstrate ability of the
design team to complete the projects as scheduled. d. Past performance
on DoD and other contracts: (1) ACASS Evaluations (superior
performance evaluations on recently completed projects are
advantageous); (2) Letters of evaluation/recognition by other clients;
(3) Cost control and estimating performance as a percentage deviation
bvetween the final estimate and low bid on liquid fuel projects; and
(4) On-time delivery of design for liquid fuels projects. e. Volume of
DoD contract awards in the last 12 months. COnsiderations may include:
(1) ACASS retrievals; (2) Current workload as listed in BLock 9 of the
SF255; and (3) Equitable distribution of work among A-E firms. 4.
SUBMISSION REQUIREMENTS: This is not a request for proposal.
Solicitation packages will not be provided. All requirements of this
announcement must be met for a firm to be considered. Interested firms
having the capabilities to perform this work must submit a single
SF255 for the design team and current SF254s for the prime firm and all
consultants. The SF255 must include the following: (1) Firms with more
than one office, (a) Block 4--Distinguish, by discipline, between the
number of personnel in the office to perform the work and the total
number of personnel in the firm; and (b) Block 7c--Each key person's
office location; (2) Block 3--Prime Firm's ACASS ID Number; (3) Block
7f-- Registration must include the year and discipline; (4) Block 8B--
Include a descriiptive project synopsis of major items of work; and
(5) Include an organizational chart including all key elements of the
design team demonstrating the firm's understanding of and ability to
exzecute projects. Information in cover letters will not be considered.
The revised 11/92 edition of the SF255 (NSN 7450-01- 152-8074) and
SF254 (NSS 7450-01-152-8073) is required. You may obtain the forms
through GPO at (202)783-3238. In order to be considered, the complete
proposal must be received at the address indicated above within 30 days
from the date of this issue. For the purposes of this notice, day
number one is the day following the date of publication. Should the
closing date occur on a weekend or national holiday, the closing date
is automatically extended to the next work day. Submittals by FAX will
not be accepted or considered. Prior to the final selection, firms
considered highly qualified to accomplish the work may be interviewed
either by telephone or by formal presentation. (0065) Loren Data Corp. http://www.ld.com (SYN# 0017 19950307\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|