|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1995 PSA#1487U.S. Army Engineer District, Norfolk, Attn: CENAO-EN, 803 Front Street,
Norfolk, Virginia 23510-1096 C -- A-E SVCS ARE REQUIRED FOR AN IDC FOR DES/PREP OF PLAN AND SPECS
FOR PROJS (MECH/ELEC) UNDER THE JURISDICTION OF THE BASE CIVIL
ENGINEERING AT LANGLEY AIR FORCE BASE, VA POC Mark A. Gill (804)
441-7593 CONTRACT/PROJECT INFORMATION: A-E services are required for
field investigations, topographic surveys, project programming
documents, feasibility and life cycle cost studies, energy and
electical systems analyses, concept and final design including
preparation of plans, specifications, cost estimates, analyses for
repairs and alterations to new and existing telecommunications systems
design. Civil surveying, structural and architectural design services
incidental for support of the mechanical and electrical services is
also required. Also required are review of shop drawings, preparation
of as-built drawings and site visits during construction (option).
These services are procured in accordance with PL 92-582 (Brooks A-E
Act) and FAR Part 36. The typed of contract proposed is an Indefinite
Delivery Contract (IDC). This contract will be awarded for a period of
one year with an option to extend for one additional year. The
cumulative value of all delivery orders will not exceed $500,000.00 per
year, and no one delivery order will exceed $100,000.00. Each delivery
order will be a lump sum, fixed fee order. The contract is anticipated
to be awarded in February 1996. This announcement is open to all
businesses regardless of size. If a large business is selected for this
contract, it must comply with FAR 52.219-9 and a Small and Small
Disadvantaged Business Subcontracting Plan will be required. SELECTION
CRITERIA: See Note 24 for general A-E selection process. The selection
criteria are listed below in descending order of importance (first by
major criterion and then by each sub-criterion). Criteria a-e are
primary. Criteria f & g are secondary and will only be used as
''tie-breakers'' among technically equal firms. a. Specialized
experience and technical competence: (1) Demonstrated experience by the
prime firm and it's consultants in HVAC system analysis, repair and
replacement; electrical distributions, repair and replacement; plumbing
and sprinkler systems; telecommunications systems. (2) Demonstrated
experience by key members of the project team in HVAC system analysis,
repair and replacement; electrical distributions, repair and
replacement: plumbing and sprinkler system; telecommunications systems.
(3) Computer Resources - firms must indicate in Block 10 of the SF 255
the following items: (a) accessibility to and/or familiarity with the
Construction Criteria Base (CCB) system. This shall include as a
minimum, the SPECSINTACT specification system; the MCACES estimating
system, and the ARMS review management system; (b) demonstrated CADD
capability with capacity to produce output files in ''.DXF'' or
''.DWG'' file format; (c) access to a Hayes compatible modem 9600 baud
or better. b. Professional qualifications: (1) The design team must
possess experienced, registered personnel in MECHANICAL, ELECTRICAL,
CIVIL and STRUCTURAL, ENGINEERING and ARCHITECTURAL disciplines. (2) An
INDUSTRIAL HYGIENIST, with a current certificate in comprehensive
practice from the American Board of Industrial Hygiene (ABIH), is
required and a copy of his/her ABIH Certificate must be included in
Block 10 of the SF 255. (3) A Project Team Management Plan including
team organization and proposed method of carrying out the work to meet
specific individual delivery order requirements and schedules. c.
Capacity to accomplish the work in the required time: Firms must
demonstrate ability of the design team to complete the project as
scheduled. d. Past performance on DOD and other contracts: (1) ACASS
evaluations (superior performance evaluations on recently completed
projects is advantageous); (2) Letters of evaluation/recognition by
other clients; (3) Cost control and estimating performance as a
percentage deviation between the final estimate and low bid on similar
TYPE and SIZE projects; (4) On-time delivery of designs for DOD and
similar projects. e. Knowledge of the Locality: As described in Note
24. f. Geographic Proximity: As described in Note 24. g. Volume of DOD
contract awards in the last 12 months. Equitable distribution of
contracts among qualified A-E firms, including minority-owned firms,
small business (SB) and Small Disadvantaged Business Participation and
firms that have not had prior DoD contracts will only be considered
when used as a ''tie-breaker''. Considerations may include: (1) ACASS
retrievals; (2) Current workload as listed in Block 9 of the SF 255;
and (3) Equitable distribution of work among A-E firms (including
minoriy-owned firms, small business (SB) and small disadvantaged
business (SDB) participation and firms that have not had prior DoD
contracts) will only be considered when used a a ''tie-breaker''.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. All requirements of this announcement must be met for a
firm to be considered for selection. Interested firms having the
capabilities to perform this work must submit a single SF 255 for the
design team and single copy of current SF 254 for the prime firm and
all consultants, to the above address not later than the close of
business on the 30th day after the date of this announcement. For the
purpose of this notice, day number one is the day the following the
date of publication. If the 30th day is a Saturday, Sunday, or Federal
Holiday, the deadline is the close of business of the next business
day. The SF 255 must include the following: a. Firms with more than one
office - (1) Block 4: distinguish, by discipline, between the number of
personnel in the office to perform the work and the total number of
personnel in the firm; (2) Block 7c: each key person's office location;
b. Block 3: prime firm's ACASS# and distance (in terms of POV driving
miles) from address of office to perform the work and the Norfolk
District; c. Block 7f: registrations must include the year, discipline
and state in which registered; d. Block 8b: Include a descriptive
project synopsis of major items of work; e. Block 9. Indicate fee in
terms of thousands of dollars, not percentage of work completed. f. An
organizational chart including all key elements of the design team
demonstrating the firm's understanding of and ability to execute
projects under the contract. The revised 11/92 edition of the SF255
(NSN 7450-01-152-8074) & SF254 (NSN 7540-01-152-8073) is required.
Forms may be obtained through GPO at (202) 783-3238. Submittals by
facsimile transmission will not be considered. Prior to the final
selection, firms considered highly qualified to accomplish the work may
be interviewed either by telephone or by formal presentation. THIS IS
NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
(0341) Loren Data Corp. http://www.ld.com (SYN# 0025 19951208\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|