|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1995 PSA#1331US 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 FIXED PRICE CONTRACTS FOR A-E SERVICES IN DESIGN OF
WAREHOUSING/MATERIAL STORAGE FACILTIES IN THE FORT WORTH DISTRICT AREA
OF REPONSIBILITY, PRIMARILY LA, NM, AND TX SOL DACA63-95-R-0054 POC
Jerrel Freeman, (817/334-2262). 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 intent of this announcement is to gather responses from
firms interested in performing this type work for the Fort Worth
District. When a project 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 through July 1996.
Qualified firms will be selected and ranked with no firm receiving more
than one award from this announcement. The estimated maximum amount per
contract is $1,500,000.00. 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 set aside for SB, SDB and Women Owned
Businesses (WOB) with minimums of 2.9% for WOB and 9.8% for SDB. The
plan is not required as part of this submittal. 2. PROJECT INFORMATION:
Warehousing/material storage facilities typically include
warehouse/material storage buildings with necessary administrative
areas, storage racks, bins, cages, etc. as required, computerized
tracking and recovery systems, security areas, hazardous materials
storage and handling systems, munitions storage and handling systems,
walk-in freezers, temperature/humidity controlled areas, fire
protection, receiving and shipping docks and associated safety
requirements. Facilities may require site development for
parking/hardstand for large delivery and shipping vehicles, utility
connections, pollution prevention plan, demolition and disposal of
existing facilities with necessary HTRW remediation and other
requirements related to a warehouse/material storage facility.
Facilities may be new building or require renovation of existing
building. Size and type may vary from large industrial facilities to
small localized facilities. 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 as follows:
(a) Specific Experience and Technical Competence: The selected firm
must demonstrate recent expertise in the design of warehousing/material
storage 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, have recent experience in
complying with NPDES pollution prevention plan for at least one of the
three states listed, current knowledge of fire protection codes
including MIL-HDBK- 1008B and general experience in the possible
specialty areas associated with warehousing/material storage 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, interior design, landscape architecture and environmental
design/remediation expertise. (c) Firms must show adequate team
capacity to design a project with 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 and
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. 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 consultant 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). (0110) Loren Data Corp. http://www.ld.com (SYN# 0020 19950421\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|