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