|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1996 PSA#1731U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue,
Savannah, GA 31402 C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR DEVELOPING
COMPREHENSIVE COMMUNITY PLANS POC Charles McGee, (912) 652-5621 or
Ophelia Kendricks, (912) 652-5072. 1. CONTRACT INFORMATION: The
Savannah District, U.S. Army Corps of Engineers, of a qualified
Architect-Engineer firms for five Multidiscipline Indefinite
Delivery/Indefinite Quantity (IDIQ) Contracts. Contracts awarded as a
result of this announcement will be administered by the Savannah
District for use in developing Comprehensive Community Plans for the
21st Century at U.S. Army Training and Doctrine Command installations
CONUS wide. One contract will be issued for use at TRADOC installations
in each of the following geographical areas of the U.S.: west, midwest,
south, east, and northeast. Each contract will consist of a basic
ordering period and one option period, each period not to exceed one
year for a total of two years. The ordering period will be for one year
or whenever the Contracting Officer determines the ordering period is
over and any dollar amount not consumed by task orders issued during
each the ordering period may be carried over to the next ordering
period. The total of all task orders during each ordering period may
not exceed $250,000. The total amount of each contract over the two
year ordering period may not exceed $500,000. This announcement is open
to all firms regardless of size. Large business offerors must identify
subcontracting opportunities with small business, and small
disadvantaged business on SF 255. If selected, the large business
offeror will be required to submit a small/small disadvantaged & women
owned subcontracting plan in accordance with FAR 52-219.9 and DFARS
219.704/705 as a part of the Request for Proposal package. The
following subcontracting goals are the minimum acceptable goals to be
included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% TO
SMALL BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF
SMALL BUSINESS), 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL
BUSINESS). Large business firms that intend to do any subcontracting
must convey their intent to meet the minimum subcontractor goals on the
SF 255, Block 6. Written justification must be provided if the minimum
goals cannot be provided. For additional information concerning
SUBCONTRACTING PLAN requirements, please contact Ms. Ophelia Kendricks,
Contract Specialist, at (912) 652-5072. 2. PROJECT INFORMATION: The
CCP21 process is a planning, management, and budgeting process designed
to take advantage of all available assets including off-post
partnerships for providing the installations's requirements for
services and facilities. It includes a Community Design Code consisting
of standards and a permitting process for major projects. The CCP21
process is basically program planning with some very preliminary land
planning that may be required to develop area management plans and
feasibility. Actual plan formlulation will be accomplished by an
installation staff facilitator, community planning board, and 10
planning teams consisting of staff and customer-volunteers who will
survey needs, form a vision, analyze needs resolution, prioritized
action plans, propose funding sources, and recommend action plans to
the commander to accomplish the vision. Work under these contracts will
involve fielding the CCP21 concept to the installations by teaching
each required action and then, by hands-on assistance of the
application of each required action to ensure the required information
is produced to continue the process as contained in the TRADOC
training manual. The process will conclude with the publication of a
commander approved vision book or program plan which is organized
according to ten human needs categories that shows vision, goals,
prioritized action plans, area action plans, resources, installation
management action plans. The vision book will provide the basic
requirements for a service based budget, benchmarking, and evaluation.
The vision book will show all actions from current to 20 years in the
future that are required to accomplish the vision. Task Orders issued
to the Contractor may require attending HQ TRADOC sponsored training
on the CCP21 concept and plan development; providing similar training
to selected installation senior staff members; and participating in
subsequent training of other participants at the installations. This
training includes: developing and conducting socioeconomic surveys and
collecting information on demographics, trends and values of
installation and the region; developing statistically valid survey
samples; strategies for providing needed improvements services and
facilities; serving as a general facilitator for the complete process
and a community planning board and installation planning team meetings;
and providing technical planning expertise during plan formulation. 3.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance.
Criteria a-d are primary. Criteria e-f are secondary and will only be
used as ''tie-breakers'' among technically equal firms. **** a.
Specialized experience and technical competence in: (1) Comprehensive
regional planning, community planning, and Army master planning. (2)
Instructional processes and methods. (3) Conducting surveys and
translating results into demographic statistical data by age group,
gender, occupation. (4) Facilitating proceedings of process action
groups, focus groups and teams and senior leaders. (5) Successful
interaction with civilian regional community planning agencies and
groups. (6) Knowledge of sociology, statistics, geography,
facilitation, cost estimating, change training. **** b. Past
performance on DoD and other contracts with respect to cost control,
quality of work and compliance with performance schedules. **** c.
Capacity to accomplish three simultaneous task orders and provide
multiple staff members in the following discipline: (1) Planner (2)
Architect. These disciplines MUST be shown in BLOCK 4 of SF 255. Please
disregard the ''to be utilized'' statement at Block 4 of SF 255 and
show the total strength of each discipline. **** d. Professional
qualification of key management and professional members. **** e.
Extent of participation as SB, SDB, WOB, HBCU, or MI as prime
contractor, subcontractor or joint venture partner. **** f. Volume of
DoD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS:
Interested firms having capabilities to perform this work must submit
one (1) copy of SF 255 (11/92 edition) for PRIME and one (1) copy of
SF 254 (11/92 edition) for prime and all consultants, to the following
address: U.S. ARMY ENGINEER DISTRICT, SAVANNAH, ATTN: CESAS-EN-EA, 100
WEST OGLETHORPE AVENUE, SAVANNAH, GA 31401-3640 not later than the
close of business the 30th day after the DATE of this announcement. If
the 30th day is a Saturday, Sunday, or Federal holiday, the deadline
is the close of business of the next business day. INCLUDE THE FIRM'S
ACASS NUMBER in Block 3b of SF 255. For ACASS information, call (503)
326-3459. No faxed submittals will be accepted. Cover letters and
extraneous material (Brochures, etc.) are not desired and will not be
considered. **** PHONE calls are discouraged unless absolutely
necessary. **** PERSONAL visits for the purpose of discussing this
announcement will not be scheduled. **** THIS IS NOT A REQUEST FOR A
PROPOSAL. (0331) Loren Data Corp. http://www.ld.com (SYN# 0021 19961127\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|