|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1997 PSA#1765Department 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 ONE INDEFINITE DEL-TYPE CONTRACT
FOR CONSTRU MANGMT SUPT SVCS, BALTO DISTRICT MAY BE USED BY GOVERNMENT
AGENCIES THRU U.S. SOL DACA31-97-R-0015 POC Susan Sonenthal,
410-962-7646 CONTRACT INFORMATION: A-E services required for one
indefinite delivery type contract that may be used by the Baltimore
District and other Government Agencies throughout the U.S. This
announcement is open to all businesses regardless of size. A
firm-fixed-price contract will be negotiated. Contract will be for a
12-month period and will contain an option for two extension 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. When one or more AE Indefinite Delivery-Type
contract with similar scopes of work exists, the basis for selecting an
AE for a particular deliveryorder will be based on several factors.
Among these factors arecurrent capacity of the contracts, ability of
the AE to performthe task in the required time, any unique specialized
experience that the AE can offer, and performance and quality of
deliverables under the AE's current IDTC, along with customer
responsiveness. While this process is necessarily a "subjective"
process, the intent of this contract is to satisfy customer needs in an
expeditious and cost effective mode. SUBCONTRACTING PLAN REQUIREMENTS:
If a large business is selected, 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 5 percent of total planned subcontracting dollars shall be placed
with small disadvantaged businesses, including Historically Black
Colleges and Universities or Minority Institutions, and 5% with women-
owned small businesses. The plan is not required with this submittal.
2. PROJECT INFORMATION: Provide Non-Personal Construction Management
Support Services for the Construction Division, Baltimore District,
Corps of Engineers, Baltimore, Maryland. Firms shall furnish all
construction management support services and associated travel and
subsistence necessary to assure construction contractor compliance with
contract drawings and specifications for assigned construction projects
of Construction Division Branch offices as defined in the Scope of
Work. The services may include all or any of the following tasks: (1)
Preparation and/or review of construction cost estimates; (2)
Construction contractor claim and delay/impact analyses; (3)
Biddability and constructability reviews of pending projects; (4)
Specialized quality assurance testing; (5) Civil, electrical and
mechanical (including elevator) testing and inspection; (6) Specialized
Technical consulting assistance; (7) Specialized Survey Operations; (8)
Specialized Environmental Science Technical consulting assistance; (9)
Complete Construction Management and Quality Assurance assistance for
a variety of construction, dredging, and earthwork projects. The
selected firm will work with the Corps of Engineers to determine that
construction work placement and the construction contractor's
administration meets all contract requirements. 3. SELECTION CRITERIA:
The criteria which will be the basis for selection of firms are
identified in Numbered Note 24. The firm will be required to perform a
minimum of 50% of all services ordered with its own personnel. In
addition to the above, the criteria for consideration for selection
includes: (1) The firm's management approach; (2) The firm's past
experience; (3) Personnel qualifications (all contractor personnel must
be U.S. citizens); (4) Past Performance on similar contracts in terms
of quality control as assurance, cost control, and meeting established
schedules; (5) Capacity to perform task directives within prescribed
time; and (6) Compatibility with the District's IBM PC compatible
system for scheduling and network analysis. 4. SUBMISSION REQUIREMENTS:
Interested firms having the capabilities to perform this work must
submit an SF 255 and SF 254 for the prime and an SF 254 for each
consultant not later than the close of business on the 30th day after
the dateof this announcement. Count of 30 days includes the day of this
publication. In SF 255, block 3b, provide the firm's ACASS number. In
SF 255, block 6, provide ACASS numbers for each consultant. Telephone
interviews will be conducted with the top 3 firms. Solicitation
packages are not provided. Mailing address -- ATTN.: Susan Sonenthal,
Room 7000, 10 South Howard Street, Baltimore, MD 21201. For questions,
Mrs. Sonenthal can be reached on 410-962-7646 and via Internet,
susan.j.sonenthal@ usace.army.mil. This is not a request for proposal.
(0016) Loren Data Corp. http://www.ld.com (SYN# 0016 19970121\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|