|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,1995 PSA#1341US ARMY CORPS Of ENGINEERS, NEW YORK DISTRICT 26 FEDERAL Plaza, NEW
YORK, N.Y. 10278-0090 CENAN-EN-MR C -- ARCHITECT-ENGINEER SERVICES, VARIOUS AIRFIELD PROJECTS, HANGER
PROJECTS, AND LABORATORY FACILITIES WITHIN THE NEW YORK DISTRICT
BOUNDARIES SOL CBAEEN-5108-0020 POC Mr. Morris Burlson (212) 264-9123.
Location of Work: Within the New York District Boundaries. Scope of
Services required: This announcement solicits A-E firms for design
services related to the new construction. repair, alterations and/or
addition of airfields, hangers, and/or laboratory facilities at various
DOD installation within the New York District Boundaries. Also required
would be A/E services relating to all supporting facilities and
infrastructure of airfields, hangers and laboratory facilities. Basic
A/E services required may include, but not be limited to: planning;
site surveying; preparation of environmental reports, permit
applications, and hazardous waste (asbestos/lead/PCBs) abatement
documents; subsurface investigations, engineering and cost studies,
recommended project phasing; prepare design analyses; generate
construction documents; and provide construction services. At this
time, no projects have been authorized for design and funds are not
presently available for any contracts. As individual projects are
authorized for design, detail requirements will be provided. This is a
request for interst. All interested firms should submit only a SF 254.
Firms should state the project types (airfields, hangers, and/or
laboratory facilities) in which the firm has the required expertise and
related experience to provide design services. Multiple firms may be
selected from this announcement; however, this announcement does not
guarantee an award of any A/E contract. Firms may be required to submit
all design documents on an accelerated schedule. Specifically, concept
designs will be required approximately 3 months after notice to
proceed and final designs 6-9 months after design start. This will be
the only announcement for airfield, hanger and laboratory design by the
New York District thru 30 September 1995. A separate firm-fixed price
contract will be negotiated and awarded for each project if authorized.
A list of firms will be generated for each category (airfields,
hangers, and laboratory facilities) based on the SF 254 submission and
the firms stated interest. Once a project directive is received, all
firms will be requested by correspondence to submit a SF 255 within 10
calendar days of notification. These submissions will then be
evaluated and ranked according to criteria listed below. Negotiations
will commence with the top ranked firm. If negotiations with one firm
are unsuccessful, then negotiations will commence with the next ranked
firm. Multiple awards may be made in each category depending on the
number and types of projects authorized. CLosing date for submitting of
SF 254. 30 days after adverting date. If closing date falls on a
Saturday, Sunday or Holiday, the new closing date will be the following
business day. AT THIS TIME ONLY YOUR SF 254 IN REQUIRED AND An
EXPRESSION OF YOUR INTEREST. When a project is authorized, letters will
be sent to all firms that expressed interest in the applicable
category. Firms will then have 10 calendar days to submit a SF 255 if
they are interested in the project. APproximate Start Date: September
1995. Completion September 1996. Estimated Construction Costs range
from $1,000,000 to $15,000,000. Upon authorization of a project and
notification to you, your SF 255 submittal should include information
pertaining to the below listed specific evaluation criteria, special
qualifications, and technical capabilities. Other criteria may be
included if applicable. Technical capability required. THe firm should
have maximum in-house capability since these will be ''fast tracked''
projects. Preference will be given to firms that can provide expertise
for each of the project types requesed in this announcement. The
specific capabilities required: Civil/Site Engineering, Mechanical
ENgineering, Electrical, Engineering, Structural Engineering,
Architectural Design, Environmental SPecialists, LIcesned Industrial
Hygienists, Cost Engineerng Specialists, NFPA Certified FIre Protection
Specialists, TOpographic and Geotechnical Surveying capabilities.
Senior Project Architects and/or Engineers should be registered. If the
Prime proposes to utilize subconsultants, they must clearly indicate
how they will manage the various personnel. A QA/QC plan is required
and should clearly describe the firm overall design quality management
plan, including management approach, coordination of disciplines and
subconsultants, and quality control procedures. The firm's submittal
must identify the working office(s) and the personnel per discipline
available at the working office(s). Special Qualifictions: For
airfields and hanger projects, previous experience with designs of
airfields, hangers, and supporting facilities is required. Also past
experience in US Army Corps of Engineers/US Air FOrce airfield design
and familiarity with DOD and FAA regulations is preferred. For firms
that are interested in laboratory facility projects, previous
experience in the design of laboratory and research/development
facilities is preferred. Also past experience in Army laboratory and
R&D facilities is preferred. Responding firms should indicate their
ability to access an Automated Review Management Systems (ARMS) via
modem and the use of the M-CASES Gold edition estimating package. In
addition firms should indicate their CADD capability and Integraph
compatibility. Evaluation factors in descending order of importance: a.
Professional qualifications necessary for satisfactory performance of
work required. This includes the indication of qualified registered
professional in the disciplines listed above with experience pertinent
to that required for the project. Specialized experience of the firm
and technical competence in the type of work required for this project.
Capacity to accomplish the work within an accelerated time period. Past
performance on contracts with DOD and privdate industry in terms of
cost control, quality of work and compliance with performance
schedules. Location in the general geographical area of New York
District and knowledge of the localities involved, provided that
application of this crterion leaves an appropriate number of qualified
firms, given the nature and size of the project. Volume of work
previously awarded to the firm by the Department of Defense, in the 12
months prior to the date of this announcement, with the object of
effecting an equitable distribution among qualified A/E firms,
including small and small disadvantaged business firms and firms that
have not had prior DOD contracts. Extent of participation of small
businesses, small disadvantaged businesses, historically black colleges
and universities, and minority institutions in the proposed contract
team, meausred as a percentage of the total estimated effort. Small and
small disadvantaged firms are encouraged to participate as prime
contractors or as members of joint ventuers with other small
businessess, and all interested contractors are reminded that the
successful contractor will be expected to place subcontracts to the
maximum practicable extent with small and disadvantaged firms in
accordnce with Public Law 95-507. Only those submittals incorporating
the 11-92 Revisions of The SF 254 and SF 255 will be considered.
Furthermore, special attention should be given to the manner in which
these forms are completed. SF 254 should reflect the overall capacity
of the firm, whereas, SF 255 should reflect only the personnel
dedicated to the specific project referneced in the correspondence sent
to the A/E upon project authorization. These guidelines should be
closely followed, since they constitute procedure protocol in the
manner in which the selection process is conducted. All submittals
should be sent to Mr. Morris Burlson in triplicate, CENAN-EN-MR-Room
2133, 26 Federal Plaza, New York, New York 10278-0090- 212-264-9123
(0124) Loren Data Corp. http://www.ld.com (SYN# 0020 19950505\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|