|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,1997 PSA#1759U. S. Army Engineer District, Norfolk, Attn: CENAO-EN, 803 Front
Street, Norfolk, Virginia 23510-1096 C -- A-E SERVICES ARE REQUIRED FOR INDEFINITE DELIVERY CONTRACTS FOR
ENVIRONMENTAL SERVICES FOR PROJECTS UNDER JURISDICTION OF THE NORFOLK
DISTRICT CORPS OF ENGINEERS POC Point of Contact -- Graham J. Ellixson,
(757)441-7214 CONTRACT INFORMATION: A-E services are expected to be
required for a variety of projects, primarily environmental in nature.
The types of contracts proposed are Indefinite Delivery Contracts
(IDCs). These services are procured in accordance with PL 92-582
(Brooks A-E Act) and FAR Part 36. Approximately three contracts may be
awarded, each with a base period not to exceed one year and two option
periods not to exceed one year each. The amount of work in each
contract period will not exceed $1,000, 000. An option period may be
exercised when the contract amount for the base period or preceding
option period has been exhausted or nearly exhausted. The cumulative
value of all delivery orders, including the base year and two option
periods, will not exceed $3,000,000. Work will be issued by negotiated
firm fixed-price task orders. The Contracting Officer will consider
the following factors in deciding which contractor will be selected to
negotiate an order: performance and quality of deliverables under the
current contract, current capacity to accomplish the order in the
required time, uniquely specialized experience, and equitable
distribution of work among contractors. The contracts are anticipated
to be awarded between FEB 97 and JAN 98. 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, regarding the
requirement for a subcontracting plan on that part of the work it
intends to subcontract. The subcontracting goals for the Norfolk
District, which will be considered by the Contracting Officer, are that
a minimum of 50% of a contractor's intended subcontract amount be
placed with a small business (SB), including small disadvantaged
businesses (SDB), and 5% be placed with SDB. The plan is not required
with this submission. The wages and benefits of service employees (see
FAR 22, 10) performing under these contracts must be at least equal to
those determined by the Department of Labor under the Service Contract
Act. PROJECT INFORMATION: A-E services may include site
investigations, sample collection, laboratory analysis, studies,
reports, technical assistance, preparation of plans and specifications,
cost estimates, environmental assessments, historical preservation
plans, land fill closure plans, Virginia pollution discharge
elimination system permits, site characterization reports and design
work involved with identification and remediation of, but not limited
to contaminants such as asbestos, lead paint and petroleum
hydrocarbons. Site visits during construction (optional). SELECTION
CRITERIA: See Note 24 for general A-E process. The selection criteria
are listed 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 its
consultants in the type of work required. (2) Demonstrated experience
by key members of the project team in the type of work required. (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 2400 baud or
better. b. Professional qualifications: (1) The design team must
possess registered professional personnel (in-house) in the CIVIL
ENGINEERING discipline and experienced personnel in ENVIRONMENTAL
ENGINEER, GEOLOGIST, CHEMIST/CHEMICAL ENGINEER disciplines. Also
required (in-house or by use of consultant) are registered professional
personnel in the ARCHITECTURE, STRUCTURAL, MECHANICAL and ELECTRICAL
ENGINEERING disciplines. Engineer and Architect personnel shall possess
a current professional registration. (2) An INDUSTRIAL HYGIENIST, with
a current certificate in comprehensive practice from the American
Board of Industrial Hygiene (ABIH), is required and 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. (4) The testing laboratory to be used
must be certified by the Missouri River District Laboratory, of the
Army Corps of Engineers, prior to any analysis of sampled materials. 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. Location of the firm in the general geographic area of the
Norfolk District, Corps of Engineers. 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 (SDB) 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
minority-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 as 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 (11/92
edition) for the design team and single copies of current SF 254
(11/92) 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 following the date of publication. If the 30th day is a
Saturday, Sunday, or Federal Holiday, the deadline is the close of
business if 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. For
ACASS information, call (503)326-3459; c. Block 7f: registration 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 complete; f. Block 10: Describe owned or leased equipment that
will be used to perform this contract, CADD capabilities, 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 throughGPO at (202)783-3238. Submittals by
facsimile transmission will not be accepted and will be considered
nonresponsive. 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. (0008) Loren Data Corp. http://www.ld.com (SYN# 0014 19970110\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|