|
COMMERCE BUSINESS DAILY ISSUE OF september 15,1995 PSA#1432U. S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place,
Room 821, Louisville, Kentucky 40202-2230 C -- A-E SERVICES FOR ONE MULTI-DISCIPLINE VALUE ENGINEERING
INDEFINITE DELIVERY CONTRACT FOR VARIOUS MILITARY PROJECTS WITHIN THE
LOUISVILLE DISTRICT MILITARY BOUNDARIES OF KY, IN, IL, MI AND OH POC
Contact Mrs. Robin Woodruff, (502) 582-5598 1. CONTRACT INFORMATION:
The proposed services will be obtained by a negotiated Firm Fixed Price
Contract. The maximum amount of the contract shall not exceed
$500,000.00, and no individual delivery order shall exceed $75,000.00.
The contract period is one year from date of award, with an option to
extend an additional year with no additional increase in total
contract amount. 2. PROJECT INFORMATION: The value engineering services
may be either formal VE studies and/or VE reviews including
presentations and will be so designated in each delivery order. The
firm must indicate capability to complete any study in four weeks or
less from notice to proceed. Tasks will include VE analysis of concept,
preliminary or final design submittals. The study group, meeting on
five consecutive work days will follow the five step plan as recognized
by the Society of American Value Engineers (SAVE). All members of the
team must be trained and knowledgeable in VE methodology and the team
leader must be a Certified Value Specialist (CVS) currently certified
by SAVE. VE reports are to be assembled and distributed within one week
of completion of VE study. Projects requiring VE services may be
designed in metric units, therefore team must have knowledge and
experience in metric design units. 3. SELECTION CRITERIA: See Note 24
for general selection process information. The selection criteria in
descending order of importance (first by major criterion and then by
each sub-criterion) are listed below. Criteria a-d are primary and e-h
are secondary: a. The VE Team will be a multi-discipline team of
professionals with expertise in Civil, Structural (independent of
Civil), Mechanical, Electrical and Cost Engineering, and Architecture.
Firms should provide resumes in the SF 255 for an architect or
engineer in each field, and each must be professionally registered.
Only resumes identifying the professionalism and specialized experience
of the study group are necessary. Other available personnel may be
specified in paragraph 10 o the SF 255. All members of the team must be
trained and knowledgeable in VE methodology and the team leader must be
a Certified Value Specialist (CVS) currently certified by SAVE. The CVS
must be a professionally registered engineer or architect. b. (1)
Technical competence and experience to design in metric units must be
shown. (2) Experience must be shown of the team and firm in design of
building type construction and related activities such as utilities,
sitework, etc. (3) Experience of the team in VE studies must be shown.
(4) A Quality Control (QC) Plan must be prepared and submitted
identifying the process that the prime firm and consultants will follow
to accomplish the activities as specified above. c. Capacity to
complete the work in the required time. d. Past performance on DOD and
other contracts with respect to cost control, quality of work, and
compliance with performance schedules. e. Geographical location and
knowledge of the locality of the project. f. Volume of DOD contract
awards in the last 12 months as described in Note 24. g. Superior
performance evaluations on recently completed DOD contracts. h. Extent
of participation of SB, SDB, historically black colleges and
universities, and minority institutions in the proposed contact team,
measured as a percentage of the estimated effort. 4. SUBMITTAL
REQUIREMENTS: a. See Note 24 for general submission requirements. Firms
which are interested and meet the requirements described in this
announcement are invited to submit one completed SF 255 (Revision
11-92), U.S. Government A/E and Related Services for Specific Projects
to the office shown above. SF 255 (Revision 10-83) is obsolete and
only the 11-92 edition of SF 255 will be accepted. All responses on SF
255 to this announcement must be received no later than 4:30 pm Local
Time on the 30th calendar day after the date of this publication to be
considered for selection. The day following this CBD announcement
counts as day number 1. If the 30th day falls on Saturday, Sunday or a
U. S. Gov't. holiday, the deadline is the close of business on the
next Gov't. business day. b. It is requested that interested firms list
the fee amount and date of all DOD contracts awarded during the last 12
months to the firm and all subsidiaries in Block 9 of the SF 255. c.
Responding firms must submit a current and accurate SF 254 for each
proposed consultant. Additionlly, all responding firms which do not
have a current (within the past 12 months) SF 254 on file with the
North Pacific Division, Corps of Engineers, must also furnish a
completed SF 254. If a SF 254 is included, only the 11-92 edition of
the form will be accepted. The business size status (large, small
and/or minority) should be indicated in Block 3 of the SF 255.
Definition: A concern is small if the annual receipts averaged over the
past 3 fiscal years do not exceed $2.5 million. d. No other information
including pamphlets or booklets is requested or required. e. No other
general notification to firms under consideration for this project will
be made and no further action is required. Solicitation packages are
not provided for A/E contracts. This is not a request for proposals.
(0256) Loren Data Corp. http://www.ld.com (SYN# 0008 19950914\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|