Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 9,1995 PSA#1342

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New York, New York, 10278-0090, Attn: CENAN-EN-MR

C -- ARCHITECT-ENGINEER SERVICES FOR INDEFINITE DELIVERY CONTRACT #3 FOR GENERAL ARCHITECT/ENGINEERING SERVICES, PRIMARILY ENVIRONMENTAL ENGINEERING FOR FT. DIX & ITS SUPPORTING AREAS SOL CBAEEN-5122-0025 POC MORRIS BURLSON, 212-264-9123. Location of Work: Fort Dix's Boundaries and supporting areas. Scope of Services required: Prepare planning studies including DD1391's and/or Project Design Brochures; site surveying and field investigations; preparation of design and construction documents including plans, specifications, cost estimates, and design analyses and construction services for various projects to include, but not be limited in scope to primarily environmental engineering services. The environmental work requirements will include but not be limited to: developing sample plans for sampling and testing asbestos containing materials (ACM) and other toxic materials; sampling and testing for ACM and other toxic materials in existing facilities; studies, risk assessment and reports recommending asbestos and other toxic material abatement, removal, and/or demolition methods and procedures; prepararation of plans, specifications, design analysis and cost estimates for construction, demolition, abatement, and/or removal of ACM and/or other toxic materials and/or structures containing ACM and/or other toxic materials. Preparation of environmental assessments, NJ Dept of Environmental Protection permit applications, Pinelands Comprehensive Management Plan application for development, and county septic system approval applications. In addition, work may also consist of the performance of remedial investigations/feasibility studies for leaking underground storage tanks; preparation of plans and specifications for installation of ground-water monitoring walls; the collection and analysis of ground water, surface water, sludge and soil samples, preparation of operation and maintenance contract specifications for the repair, maintenance of sewage/potable water facilities, cultural and prehistoric, archeology surveys/assessments. These services will be provided under one Indefinite Delivery Contract. The cumulative amount of all delivery orders for each contract will not exceed $750,000 and each delivery order will not exceed $150,000. Delivery orders for each contract may be issued for a period of one year from the date of contract award. Each contract will include an option for one additional year under the same terms and conditions of the basic contract. The Government's obligation to guarantee a mimimum amount for payment will apply to both the first and second years. The guaranteed minumum is $15,000 for the first year and $7,500 for the second year. Technical capability required: Full in-house capability is preferred. Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure quality control. The (Prime) firm must identify in their submittal the quantity and number of personnel in each discipline available in their working office. A QA/QC plan must be included in the submission. The (Prime) firm's staffing must include experienced professionals in the following areas of expertise: Environmental Engineering; Asbestos/Toxic and Hazardous Materials; Environmenta/Toxic and Hazardous Waste; Archeology; Biology; Hydrogeology; Hydrology and Hydraulics; Geology and Soil, Water, Material Sampling and Lab Testing. Since the A/E services are primarily Environmental in scope, the prime should have full in-house capability with this discipline and have on staff an environmental engineer licensed in the state of New Jersey. Also the firm should have on staff a New Jersey licensed Professional Engineer certified by the State of New Jersey to sample and test for asbestos and other toxic materials. The firm must identify the following support personnel: Architects; Civil, Structural, Mechanical, Electrical and Fire Protection Engineering; Landscape Architects, Interior designers; Surveyors; Estimators; Technical/Specification Writers, Drafters; and Construction Quality Assurance/Project Management personnel. Maintenance and repair design experience, and new construction design experience is required. Familiarity with Military Design is preferred to major disciplines. The firm must also identify a NFPA Certified Fire Protection/Detection Specialist, and a Licensed Industrial Hygienist. Lead/Asbestos Inspector for this contract. The firm must have Architects and Engineers with professional registration in the State of New Jersey. Special Qualifications: Previous experience with design of projects on military installations is preferred. Experience in the preparation of Project Funding Justification Document (DD1391) is also preferred. Responding firms should indicate their ability to access an electronic bulletin board and AUtomated Review Management Systems (ARMS) via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experinece with the Corps' M-CACES Gold Cost Estimating program and Excel 4.0 or the firm's capability to use these programs are required. In addition firms should indicate their CADD capability and Integraph compatibility. Closing date for submitting SF 255. 30 days after advertising date. If this date falls on a Saturday, Sunday or Holiday, the closing date will be on the next business day. Firms should submit their qualifications on 11-92 verision of SF 255 and SF 254. The SF 254 should reflect the overall firms capacity, whereas, SF 255 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selecton process is conducted. Evaluation factors in descending order of importance: Professional qualifications necessary for satisfactory performance of required services. Specialized experience and technical competence in the type of work reuqired. Capacity to accomplish the work within the required time. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Location in the general geographical area of the New York District boundaries and knoweldge of the localities provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Volume of work previously awarded to the firm by the Department of Defense 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. Approximate Start Date: December 1995 and APproximate Completion date: December 1997. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, 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 accordnace with Public Law 95-507. The submittal should be sent to Mr. Morris Burlson, CENAN-EN-MR Room 2133, 26 Federal Plaza, New York, N.Y. 10278-0090, 212-264-9123 (0125)

Loren Data Corp. http://www.ld.com (SYN# 0031 19950508\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page