|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1995 PSA#1417US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New
York, New York, 10278-0090, Attn: CENAN-EN-MR C -- INDEFINITE DLEIVERY CONTRACT #152 FOR MASTER PLANNING SERVICES IN
NEW YORK DISTRICT BOUNDARIES SOL CBAEEN-5233-0033 POC MORRIS BURLSON,
CENAN-EN-MR. Location of Work: New York District. Scope of Services
required: The preparation of concept studies, tabulations of existing
and required facilities, DD1391's, project development borchures,
master planning and moblization master planning doucments,
environmental assessments and design guides are required. Work will
include site investigation and coordination with various Directorates
of Public Works and Planning Boards as well as with the appropriate
municipal, county, stage, and federal agencies. Any maps and reports
that are prepared will be in accordance with the latest AR 415-50, AR
210-20, TB ENG 353 and TB ENG 354. These services will be provided
under an Indefinite Delivery Contract. Delivery orders may be issued
for a period of one year from the date of contract award. This contract
will include an option for one additional year under the same terms and
conditions as the basic contract. The cumulative amount of all delivery
orders for this contract shall not exceed $750,000 per year. Each
delivery order shall not exceed $150,000. The Government's obligation
to guarantee a minimum amount for payment will apply to the first year
and second year. The first year minimum guarantee is $15,000 and the
optional year minimum guarantee is $7,500.00. Technical capability
required: The preference is for well-staffed firm which is capable of
performing allw ork in-house. Firms must have previous experience with
Army and/or Air Force master planning projects. Firms should also be
familiar with COE regulations and standards. Firms which will not
perform all work in-house must demonstrate how they will manage
subcontractors and insure quality control. Firms must identify in their
submittal the working office and the personnel per discipline available
at the working office. The specific abailities required are:
professional planning, landscape architecture, architecture, and civil,
electrical, mechanical, structural, environmental, and geotechnical
engineering. Firm should also have surveying capabilities. Special
Qualifications: The firm must have experience in siting studies, master
planning updates, range studies, environmental assessments,
installation design guides and condition surveys for roadways, railroad
facilities and utility systems (electricl, telephone, water, and sewer
lines). The firm must have available for the period of the contract
the services of the following professionals registered in the states of
New York and New JErsey: a landscape architect, a planner, an architect
and an engineer. In addition, the preference is for the professional
planner to have a ACIP (American Institute of Certified Planner)
designation. A secret clearance may be required. Responding firms
should indicate their ability to access an electronic bulletin board
and Automated Review Management System (ARMS) via a Hayes or Hayes
compatible modem, through an IBM or compatible PC. Past experience with
the Corps' M-CACES Gold Cost Estimating program, 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 Saturday, Sunday, or Holiday, the closing date will be on
the next business day. Firms should submit their qualifications on
11-92 version of SF 255 and SF 254. SF254 should reflect the overall
firms capacity, whereas, SF 255 should reflect only the personnel
dedicated to the specific project referenced in the submittal. If
subconsultants are to be utilized, a SF 254 must be submitted for each
subconsultant. These guidelines should be closly 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 area 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 teams, measured as a percentage of the total
estimated effort. g. Volume of work previously awarded to the firm by
the Deparmtent of the Defense, with the object of effecting an
equitable distribution among qualified A/E firms, including smal land
small disadvantaged businesses firms and firms that have not had prior
DOD contracts. Start date: July 1996 and Completion date: July 1997.
Small and small disadvantaged firms are encouraged to participate as
prime contractors or as members of joint ventures with other small
businesses. All interested large firms are reminded that the successful
firm will be expected to place subcontracts to the maximum practicable
extent with small and small disadvantaged firms in accordance with
Public Law 95-507. If a large business firm is selected, a small
business subcontracting plan will be required prior to award. Firms
which have not previously applied for the New York District projects
and firms do not have a current SF 254 on file with the new York
District should submit two of the SF 254 with this initial response to
the CBD announcement. Firms using consultants should submit copies of
the SF-254 for their consultants. Three (3) copies of 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 (0234) Loren Data Corp. http://www.ld.com (SYN# 0014 19950823\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|