|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1995 PSA#1301US 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 -- IDC CONTRACT FOR MULTIDISCIPLINE DESIGN SERVICES FOR (PRIMARILY
ARCHITECTURAL) PROJECTS ASSIGNED TO THE FORT WORTH DISTRICT (PRIMARILY
FORT POLK, LA) SOL DACA63-95-R-0029 POC Sharon McLellan
(817/334-3939). 1. CONTRACT INFORMATION: The work may involve Design,
Drafting, Planning, 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 an Architectural 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 Architects, 2 Electrical, 2 Mechanical, 2 Civil and 2
Structural Engineers, 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 our 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, historically black colleges and universities
and minority institutions 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). (0068) Loren Data Corp. http://www.ld.com (SYN# 0031 19950310\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|