|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12,1996 PSA#1678Department of the Army, Baltimore District, Corps of Engineers, 10
South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD
21201-1715 C -- A/E SERVICES ARE REQUIRED FOR INDEF DEL-TYPE (MULTI-DISCIPLINE)
CONTRACT, FOR DEFENSE LOGISTICS AGENCY, ADMIN SUP CENTER EAST, NEW
CUMBERLAND, PA SOL DACA31-96-R-0080 POC Mary P. Cunningham,
410-962-3953 1. CONTRACT INFORMATION: Architect-Engineer (A-E) Services
are required for an Indefinite Delivery-Type (Multi-Discipline)
Contract for primary use by Defense Logistics Agency, Administrative
Support Center East, New Cumberland, Pennsylvania; however, this
contract may be used for other similar requirements throughout the
United States. The contract will be for a 12-month period and will
contain an option to extend for up to two additional periods. The
contract amount for the base period and any option period will not
exceed $1,000,000 each. Individual task orders shall not exceed the
annual contract amount. Task orders will be assigned based on the A-E's
workload, geographic area, specialized experience and project
requirements. Contract will be firm fixed price. Subcontracting Plan
Requirements: If the selected firm is a large business concern, a
subcontracting plan with the final fee proposal will be required,
consistent with Section 806(b) of PL 100-180, PL 95-507, and 99-661. A
minimum of 25% of the total planned subcontracting dollars shall be
placed with small business concerns. At least 8 percent of total
planned subcontracting dollars shall be placed with small disadvantaged
businesses, including Historically Black Colleges and Universities or
Minority Institutions, and at least 5 percent with Women-Owned
Businesses (WOB). The plan is not required with this submittal. 2.
PROJECT INFORMATION: Work may consist of preparation of reports,
studies, design criteria, estimates, contract drawings and
specifications, etc. Work may be for alterations, maintenance, repair
or minor construction. 3. SELECTION CRITERION: See Note 24 for general
A-E selection process. Firm selected must be able to provide
multi-discipline architectural and engineering services for either
routine or emergency services for water, sanitary sewer, storm
drainage, storm water management, mechanical, electrical, fire
protection, communication systems, structural and architectural
designs. The staff must be capable of responding to multiple work
orders concurrently and shall include registered architects,
professional civil, electrical, mechanical, sanitary, structural, fire
protection and geotechnical engineers, surveyors and cost estimators.
In addition to routine designs, the contractor shall provide evidence
of specialized experience and technical competence in the following:
Experience with Indefinite Delivery Contracts; experience using Corps
of Engineers standard formats, such as GUIDE SPECIFICATIONS (CEGS),
ARMS, M-CACES, Life Cycle Analyses, etc.; preparation of project
documents such as DD Form 1391 (Military Construction Project Data) in
accordance with Army Regulation 415-15; Preparation of applicable
Defense Logistics Agency manuals and Project Development Brochures
(PDBs) in accordance with Technical Manual 50800-3; preparation of
economic analyses for projects; performing field surveying and data
conversion of utility maps to create and/or update the Basic
Information Maps at DDRE and designs using metric system. The A-E firm
shall be capable of providing CADD output in AUTOCAD (DWG) Release 12
with no conversions allowed. The contract drawings shall be provided
in both digital format and hard copy. The digital files shall be
delivered on 3-1/2 inch (1.4mb) high-density floppy disk. The
contractor shall be capable of responding to emergencies within 24
hours of issuance with respect to cost control, quality of work, and
compliance with performance schedules will be considered. Location of
the firm in the general geographical area will be considered. 4.
SUBMISSION REQUIREMENTS: Interested firms having the capabilities to
perform this work must submit an SF 255 and SF 254. An SF 255 must be
submitted for prime/joint ventures. SF 254's must be submitted for
prime, all firms involved in joint venture, and for each consultant.
Notwithstanding the statements to the contrary in General Note 24 and
Block 6 of the SF 255, only SF 254's submitted with the SF 255 will be
considered in the evaluation. SF 254's are not maintained in the
Baltimore District. In SF 255, Block 3b, provide the firm's ACASS
number. In SF 255, Block 6, provide ACASS numbers for each consultant.
For ACASS information, call 503-326-3459. Solicitation packages are
not provided. Responses to this announcement received within 30 days
from the date of this issue will be considered for selection. Street
address: City Crescent Building, ATTN: Mary P. Cunningham, Room 7000,
10 South Howard Street, Baltimore, MD 21201. Internet e-Mail address is
pat.cunningham@ccmail.usace.nab.army.mil. This is not a request for
proposal. (0254) Loren Data Corp. http://www.ld.com (SYN# 0012 19960911\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|