Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1997 PSA#1765

JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS, P.O. BOX 4970, JACKSONVILLE, FL 32232-0019

C -- A-E SERVICES FOR MULTI-DISCIPLINE MISCELLANEOUS MILITARY DESIGN SUPPORT FOR OTHERS/CIVIL DESIGN AND A-E SERVICES FOR FL, PR, USVI, AND THE CARRIBEAN AREA SOL DACW17-97-R-0008 DUE 021097 POC Contract Specialist Bob Nichols (904) 232-3712 (Site Code DACW17) This solicitation is unrestricted and is open to all firms regardless of size. The contract will be an Indefinite Quantity Contract for a period of one year from date of award, with an option to extend for two additional years. The Government may award up to two (2) Contracts with the same scope of work as a result of this solicitation. This solicitation contains the same scope of work for more than one contract. Criteria used in allocating delivery orders among the contracts include performance and quality of deliverables under current contracts, current capacity to accomplish the order in the required time, uniquely specialized experience, equitable distribution of the work among the contractors, and other relevant factors. Maximum order limits are $1,000,000 for each contract year and up to $1,000,000 per delivery order. All services will consist of design and architectural engineering services consisting of civil works project studies and designs in the event of natural disasters, preparation of design memorandums, building condition reports, building evaluation reports, cost estimates in MCASES Gold format, design calculations and construction plans/specifications suitable for use in competitive bidding processes. Additionally, the work will encompass all phases of civil works design, including flood control (hydraulic spillway structures), support for others (SFO), military, recreation with related facilities, beach erosion control and jetty design, navigation projects, including dredging, new building construction, existing building renovation, rehabilitation of historic buildings and structures, bridge design, abatement of asbestos, lead-based paint, and other HTW materials; alterations, renovations, site plans, utility systems, and paving, grading, and drainage plans. In the event firm may contact asbestos-containing and/or lead-based type paint during their work, it will be required to sample, test and develop work plans for remedial action and incorporate them into the overall alteration/renovation specifications. The asbestos and lead abatement work will be performed by accredited professionals and will be in strict compliance with the requirements of HUD, OSHA Construction Standard, OSHA General Industry Standard, OSHA Respiratory Standard, the Clean Air Act, and all applicable AHERA regulations. Destructive sampling of structures will require repair in accordance with acceptable construction practices. Test reports shall be prepared by an accredited laboratory per AHARA Regulations. When in support of military design, services may involve preparation of U.S. Army master planning studies, miscellaneous Federal Agency master planning studies, drawings, and programming documents in accordance with the requirements established in AR 2 10-20, TB ENG 353, CEMOPS, and other military and Federal regulations. 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in the preparation of plans, specifications, various federal reports and studies, design memorandums, cost estimating, design analysis (documents such as DD Form 1391, Project Development Brochures, and design calculations) for all phases of civil, military, support for others, facility designs (new and renovation) and related work; ability to prepare construction drawings in digital format on magnetic tape fully using Intergraph's Bentley System Microstation CADD system, construction cost estimates utilizing Government provided MCASES Gold software and preparation of plans and specifications using Metric Standard of Measurement. Firm must have laboratory that participated in a quality assurance program administered by the National Institute of Standards and Testing (NIST). It must have successfully completed the last three rounds of the program for analyzing samples. Asbestos identification must be done by EPA 600/M4.82-020 method using a polarized high powered microscope. For fiber concentration samples, the laboratory must participate in Proficiency Analytical Testing (PAT) program that includes hazard assessment. Bulk samples must be analyzed using Phase Contrast Microscopes (TEM) for confirmation purposes. Lead identification must be performed by X-Ray Fluorescence (XRF) test procedures, in concert with wipe, and bulk paint chip samples for Toxic Characteristic Leaching Procedure (TCLP) analyses. Previous experience in asbestos and lead abatement projects shall be listed. 2. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or through association with qualified consultants, U.S. registered personnel as follows: Architect, Engineer, Landscape Architect, or a Certified Urban/Regional planner certified by the American Institute of Certified Planners, depending upon the work assignment. Staff must include, but not be limited to: Architects. Landscape Architects, Interior Designers, Engineers to include the following disciplines: Civil, Mechanical, Structural, Geotechnical, Hydraulic, Hydrology, Soil, Sanitary, Fire Protection, Electrical; Certified Industrial Hygienist (must be certified by the American Board of Industrial Hygiene), Industrial Hygienist Technician, Registered Land Surveyor and all necessary supervisory and administrative personnel to prepare contract bid documents. 3. CAPACITY TO ACCOMPLISH WORK IN THE REQUIRED TIME: Firm must have the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dates. 4. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regrading quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS) will be utilized for prior performance evaluation. 5. VOLUME OF PAST DOD CONTRACT AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. 6. GEOGRAPHIC LOCATION OF FIRM TO WORKSITE: Location of the firm relative to the worksite (considered the Jacksonville District Office) will be considered provided there is an adequate number of qualified firms for consideration. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of SF254 and SF255 for the firm or joint-venture and an SF 254 for each subcontractor. In block 4 of SF 255 list only the personnel for the office to perform the work indicated in block 3B. Additional personnel strengths, including consultants, should be indicated parenthetically and their source clearly identified. In block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 per evaluation factors 1-4 is strongly recommended. Submittal package is to be received in this office at the address indicated below no later than 4:00 p.m. Eastern Time on 10 Feb 97. This announcement was previously published 09 Jan 97. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Small and Small Disadvantaged firms are encouraged to participate as Prime Contractors or as members of Joint-Ventures with other Small Businesses and all interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with the provisions of Public Law 95-507. If a Large Business firm is selected, a Small Business subcontracting plan will be required prior to award. Response to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, 400 West Bay Street, Room 1044, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for a proposal. (0016)

Loren Data Corp. http://www.ld.com (SYN# 0015 19970121\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page