|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 1995 PSA#1322US Army Corps of Engineers, Ft. Worth District, P.O. Box 17300 ATTN:
CESWF-ED-MC, Room 6A18, 819 Taylor Street, Fort Worth, TX 76102-0300 C -- POTENTIAL FIRM FIXED PRICE CONTRACT FOR A-E SERVICES IN DESIGN OF
VEHICLE MAINTENANCE FACILITIES IN THE FORT WORTH DISTRICT AREA OF
RESPONSIBILITY, PRIMARILY LA, NM, TX SOL DACA63-95-R-0052 POC Jerrell
Freeman, (817/334-2262). 1. CONTRACT INFORMATION: The work anticipated
will involve design, drafting, planning, studies and site
investigation associated with the project. All work must be done by, or
under the direct supervision of licensed professional engineers or
architects. The intent of this announcement is to gather responses from
firms interested in performing this type of work for the Fort Worth
District. When a project of this type is identified we will select a
firm from this list, until that time no selection actions will be done.
This list of firms will be used for this type of project thru July
1996. The estimated maximum amount per contract is $1,500,000.00. No
firm may receive more than one contract from this announcement. If a
large business firm is selected for a contract under this announcement
and the amount exceeds $500,000.00 it must comply with the FAR clause
52.219-9 requirement for SB/SDB subcontracting plan. The Fort Worth
District goal is that 60.3% of the intended subcontracted amount be
placed as follows: 9.8% be placed with Small Disadvantaged Business
(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. 2. PROJECT INFORMATION:
Vehicle maintenance facilities typically include repair bays, shop
administrative areas, parts storage areas, lubrication pits, exhaust
systems, fire protection, overhead cranes, compressed air distribution
system, petroleum, oils and lubricant storage and disposal facilities,
and associated safety requirements. Facility may require site
development for parking/handstand for vehicle storage, utility
connections, pollution prevention plan, miscellaneous out buildings,
demolition and disposal of existing facilities with necessary HTRW
remediation, fuel dispensing facility and other requirements related to
a vehicle maintenance facility. Size and type may range from large
tactical vehicles to small cars or trucks. These projects may require
design using the metric system. Services during the project
construction phase may also be required. 3. SELECTION CRITERIA: See CBD
Note 24 (Monday edition) for general description of selection process.
Selection criteria in descending order of importance are: (a) Specific
Experience and Technical Competence: The selected firm must demonstrate
expertise in the design of vehicle maintenance facilities. It must have
designed at least one within the past five years. The team proposed
must have: experience in adapting standard designs to a specific site,
recent experience in complying with NPDES for at least one of the
three states listed, current knowledge of fire protection codes
including MIL-HTBK-1008B and general experience in the possible
specialty areas associated with vehicle maintenance facilities as
listed above. (b) Professional Capabilities: This type of project will
require expertise in the disciplines of architecture, electrical,
mechanical, civil and structural engineering, cost estimating, fire
protection, life safety and environmental considerations. (c) Firms
must show adequate team capacity to design a project of construction
cost of $5,000,000.00 within a six month period. (d) Demonstrated past
performance with respect to cost control, quality of work, and
compliance with performance schedules. (e) Preparation of
specifications, construction cost estimates on IBM compatible
equipment. Use of M-CACES software. Auto CADD and Intergraph compatible
CADD system. (f) Extent of participation of SB, SDB and WOB in the
proposed contract team, measured as a percentage of the estimated
effort. (g) Amount of DOD contract awards 12 months prior to selection
as described in Note 24. 4. SUBMITTAL REQUIREMENTS: (a) See Note No.
24 for general submission requirements. To be considered 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. 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 personnel
proposed for potential project (not necessarily your total capacity).
Consultants as (A) and in-house personnel as (B). (f) In Block No. 6 of
the SF 255, identify the discipline/ service to be supplied by each
consultant. (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 may be repeated as needed to identify all
the major discipline and key team members. Selection will be based on
the total team members presented in your SF 255, primarily block No. 7.
(h) In Block No. 10 of your SF 255 include a draft design quality
control plan. It should include a brief presentation of the internal
controls and procedures that you use to insure that a quality design is
produced. (i) Solicitation packages are not provided for A-E contracts.
This is not a request for proposal (see Note No. 24). (0097) Loren Data Corp. http://www.ld.com (SYN# 0030 19950410\C-0014.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|