Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1995 PSA#1402

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, 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