|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 11,1996 PSA#1699US ARMY CORPS OF ENGINEERS FT WORTH DIST, 819 TAYLOR STREET, ROOM 6A18,
P O BOX 17300 ATTN CESWF-ED-MC, FORT WORTH TX 76102-0300 C -- A INDEFINITE DELIVERY CONTRACT FOR MULTIDISCIPLINE DESIGN
SERVICES FOR (PRIMARILY CIVIL, STRUCTURAL) PROJECTS ASSIGNED TO THE
FORT WORTH DISTRICT (PRIMARILY RED RIVER ARMY DEPOT, TX) SOL
DACA63-97-R-0005 DUE 110797 POC Contact: Sharon McLellan (817) 978-3939
(Site Code DACA63) 1. CONTRACT INFORMATION: The work may involve
Design, Drafting, Planning, Studies and Site Investigations associated
with this type of project. All work must be done by or under the
direct supervision of licensed professional Engineers or Architects.
Estimated A-E Fee Including Options: $3,000,000.00 maximum
($1,000,000.00 basic; $1,000,000.00 each for two option periods), with
a maximum Delivery Order amount of $1,000,000.00. If a large business
firm is selected for this announcement it must comply with the FAR
52.219-9 clause regarding the requirement for a subcontracting plan.
The Fort Worth district goal on work to be subcontracted is that a
minimum of 55% of the Contractor's total intended subcontract amount be
placed as follows: 8.5% be placed with Small Disadvantaged Businesses
(SDB); 5.5% be placed with Small Black Colleges or Minority
Institutions; 3% be placed with Women Owned Small Businesses (WOB); and
the remaining 38% be placed with Small Businesses (SB) for a total of
55%. The plan is not required as part of this submittal. The IDC is
expected to be awarded on or about February 1997. The contract will be
for a base period, not to exceed one year, and two option periods, not
to exceed one year. The proposed services will be obtained by
Negotiated Fixed Price Contract. Projects outside the primary area of
responsibility may be added at the Governments discretion upon
agreement of the selected firm. 2. PROJECT INFORMATION: The work may
involve Design, Drafting, Planning, Studies and Site Investigations
associated with an Indefinite Delivery Contract for projects which are
primarily of a Civil, Structural nature, although the Architectural,
Electrical, Mechanical and Environmental disciplines may be required.
Projects are expected to be for maintenance, repair or alterations to
existing facilities and/or small new construction. Work may also
include designs/studies for value engineering, landscaping, interior
design, environmental or EPA considerations. Projects may be required
to be designed using metric system. Services during a project's
construction phase may also be required. 3. SELECTION CRITERIA: See CBD
Note No. 24 (Monday issue) for general description of selection
process. Selection criteria in descending order of importance are as
follows: (a) Professional Qualifications: This type of Indefinite
Delivery Contract will require, (either in-house or through consultant)
as a minimum, the following: Three Civil and three Structural
Engineers, two Architects, one Landscape Architect, one Interior
Designer, two Electrical Engineers, two Mechanical Engineers, one
Environmentalist and one Registered Land Surveyor. The firm must have
the capability to accomplish Value Engineering, Cost Estimating,
Specification Writer, Surveying, Construction Inspection, Environmental
Design/Remediation Expertise, lab testing and designing to Fire
Protection/Life Safety codes. (b) Specialized Experience and Technical
Competence: (1) The selected team must demonstrate extensive
experience in the design of: New construction repair, renovation or
alteration of existing facilities and infrastructures, paying
particular attentions to area paving, architecture and structural
conditions, utility systems, landscaping, interior design, and value
engineering. (2) Firms must show experience in evaluating contractor's
submittals and construction surveillance. (3) Firms must have at least
two year's experience in Fire Protection/Life Safety Design and be
familiar with the use and application of NFPA codes 80 and 101 and
MIL-HDBK-1008B. Demonstrate experience in working with a testing
laboratory to design for water quality, removal of friable asbestos and
remediation of lead-based paint hazards and underground toxic
substances. (c) Firms must show adequate team capacity to design three
DO's concurrently meeting all schedules. (d) Firms must address fast
response time in relationship to requests from the user. (e) Firms must
demonstrate past performance with respect to cost control, quality of
work, and compliance with performance schedules. (f) Geographical
Location: Firms must show familiarity with Red River Army Depot, Texas,
and the surrounding area. (g) Firms must demonstrate the capability to
prepare specifications and construction cost estimates on IBM
compatible equipment. Construction cost estimates will be prepared
using our PC based computer Aided Cost Estimating System (M-CACES)
(Software will be provided). (h) Firms will be required to submit
drawings in CADD format and must be compatible with Intergraph, Micro
Station PC and/or Auto Cad. (i) Extent of participation of SB, SDB,
WOB, small Black Colleges and Minority Institutions in the proposed
contract team, measured as a percentage of the estimated effort. 4.
SUBMITTAL REQUIREMENT: (a) See Note No. 24 for general submission
requirements. Interested firms, to be considered, must provide one
submittal package including an original SF 254 and SF 255 no later than
4:30 p.m. on the 30th day after the date of this announcement or by the
date noted above, whichever is latest. The 11/92 version of the forms
must be used. If the 30th day is a Saturday, Sunday or Federal Holiday,
the deadline is 4:30 p.m. of the next business day. (b) Responding
firms must submit a current and accurate SF 254 for themselves and each
proposed consultant. It must be provided for the specific office
proposed to do the work. Indicate in Block No. 4 of SF 254 if your firm
is a Large, Small, Small and Disadvantaged or Woman-Owned Business. To
be classified as a small business under SIC Code 8711, which covers
this announcement, a firm's average annual receipts or sales for the
preceding three fiscal years, must not exceed $2.5 million. (c) Submit
only one SF 255, completed in accordance with the instructions. It
must contain information in sufficient detail to identify the team
(prime and consultants) proposed for the contract. (d) Include CBD
announcement number in Block NO. 2b of the SF 255. (e) In Block No. 4
of the SF 255, insert the number of personnel proposed for the contract
(not necessarily total capacity), Consultants as (A) and in-house as
(B). (f) In Block No. 6 of the SF 255, identify the discipline/service
to be supplied by each consultant. Provide brief resumes of the
on-staff or consultant employees you intend to use to perform the work
in the anticipated design time and the type of projects they will
perform in Block No. 7 of your SF 255. Block No. 7 may be repeated as
needed to identify all the major disciplines and key team members.
Selection will be based on the total team members presented in your SF
255, primarily in Blocks No. 4 and 7. Resumes must be submitted for
all personnel listed in Block No. 4 to meet the minimums stated in 3a.
(g) In Block No 10 of the SF 255, include a draft Design Quality
Control (DQC) Plan. It should include a brief presentation of internal
controls and procedures that you use to insure that a quality design
is produced. (h) In Block No. 10 of the SF 255, show your firms last 12
month's DOD awards and their applicable dollar amounts. (i) Block No.
10 will be limited to ten pages maximum. (j) Personal visits to discuss
this project will not be scheduled. (k) Solicitation packages are not
provided for A-E contracts. This is not a request for proposal (see
Note No. 24). (0283) Loren Data Corp. http://www.ld.com (SYN# 0020 19961010\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|