|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1995 PSA#1402US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New
York, New York, 10278-0090, Attn: CENAN-EN-MR C -- ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY CONTRACT #2 FOR
GENERAL ARCHITECTURAL/ENGINEERING SERVICES WITHIN THE FORT DIX'S
BOUNDARIES AND SUPPORTING AREAS SOL CBAEEN-5122-0024 POC MORRIS
BURLESON, 212-264-9123. Location of Work: Fort Dix's Boundaries and
supporting areas. Scope of services required: Preparation of design and
construction documents including plans. specifications, cost estimates,
design analyses and construction services for various projects to
include, but not be limited in scope to: rehabilitation/construction of
buildings; building repairs, additions and alterations; road and site
improvements; sanitary and storm water systems; utility systems; HVAC
and plumbing systems; fire protection systems, electrical distribution
systems, telecommunication systems, fire alarm systems, asbestos, lead
and PCB abatement. 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 as the basic contract. The Government's obligation to
guarantee a minimum amount for payment will apply to both the first and
second years. The guaranteed minimum 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. These specific abilities are required: Architectural,
Civil, Structural, Mechanical, Electrical and Environmental Engineering
capabilities including Topographic and Geotechnical Surveying
capabilities are required. Maintenance and repair design experience and
new construction design experience is required. Familiarity with
Military Design is preferred for major disciplines. The firm must also
identify a Fire Protection/Detection Specialist and Designer for this
contract. In addition, a certified Industrial Hygienist, Lead/Asbestos
Abatement Inspector, Geotechnical Surveying. Specification Writing and
Cost Estimating Capabilities are required. 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 (DD 1391) 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 experience 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
must submit their qualifications on 11-92 version of SF 255 and SF 254.
SF 254 should reflect the overall firms capacity, whereas, SF 255
should reflect only the personnel dedicated on the specific project
referenced in the submittal. These guidelines should be closely
followed, since they constitute procedural protocol in the manner in
which the selection process is conducted. Evaluation factors in
descending order of importance: a. Professional qualifications
necessary for satisfactory performance of required services. b.
Specialized experience and technical competence in the type of work
required. c. Capacity to accomplish the work within the required time.
d. Past performance on contracts with government agencies and private
industry in terms of cost control, quality of work and compliance with
performance schedules. e. Location in the general geographical areas of
the New York District boundaries and knowledge of the localities
provided that application of this criterion leaves an appropriate
number of qualified firms, given the nature and size of the project. f.
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. g. 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: January 1996 and Approximate
completion: January 1998. Small and small diadvantaged 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 and
disadvantaged firms in accordance with Public Law 95-507. The
submittals should be sent to Mr. Morris Burlson, CENAN-EN-MR, Room
2133, 26 Federal Plaza New York, N.Y. 10278-0090, (212) 264-9123.
(0213) Loren Data Corp. http://www.ld.com (SYN# 0012 19950802\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|