|
COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1997 PSA#1844USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS
CITY MO 64106-2896 C -- INDEFINITE DELIVERY TYPE CONTRACT FOR MASTER PLANNING SERVICES
FOR THE KANSAS CITY DISTRICT SOL 046&&&-9704-0001 POC Georgann Butler
Contract Specialist (816) 983-3831 (Site Code DACW41) CONTRACT
INFORMATION: AE services are required for one or more indefinite
delivery type contracts for master planning services for he Kansas City
District (KCD). Each contract has a maximum ceiling amount of
$3,000,000.00. Task orders will not exceed $1,000,000 for the base
period with an option to extend the contract two (2) additional periods
and $1,000,000 for each option period. The contract will involve the
preparation of master planning documents for various military
installations supported by the KCD, Corps of Engineers. The first of
these contracts is anticipated to be awarded by end of Fiscal Year
1997. The method used to allocate task orders if multiple contracts are
awarded will include consideration of experience and user needs,
workload, performance, and proximity of the firm to the project. 2.
PROJECT INFORMATION: The work under this contract may involve all areas
of real property master planning for military installations, including
but not limited to the preparation and updating of existing conditions
maps to include aerial photography, facility utilization and space
planning studies, future development plans to include long range
component, short rand component and capital investment strategy,
expansion capability plans, mobilization plans, preparation of DD Form
1391 programming documents, project development brochures, life cycle
cost analysis, site/civil engineering design/studies, landscape plans,
utility/infrastructure analysis, programmatic NEPA documentation (EA
and/or EIS), archeological and historic management studies, and other
special reports. 3. SELECTION CRITERIA: Selection criteria is listed in
order of importance. Items (f) through (h) will be used as tie
breakers. a. Professional capabilities. (1) Responding firms shall
demonstrate capability in these primary disciplines: architect,
landscape architect, community/urban planner, civil and electrical.
Support capability shall be demonstrated in the following disciplines:
aerial photography, archaeologist, architectural historian, wildlife
biologist, environmentalist, economist, cost engineering. b.
Specialized experience and technical competence. (1) Responding firms
should demonstrate experience in all areas stated in the "project
information" portion of the announcement. In Block 8, cite whether the
experience is that of the prime (or joint venture), consultant or an
individual. Work cited that is experience of the prime (or joint
venture) from an office other than that identified in Block 4 shall be
so labeled. (2) Experience in the preparing of drawings with database
attachments compatible with Intergraph CADD system's IGDS and
Intergraph Microstation version 5.0 or higher. Experience in the
preparation GIS overlays using Intergraph MGE/GIS software version 5..X
or higher. Other software may be used but this contract will require
100% compatible translation to the stated software. (3) Quality
management procedures. Include proposed organizational chart and a
narrative description of how the quality management procedures will
function in Block 10 of SF 255. (A detailed quality control plan will
be submitted by the AE as part of the negotiation process). c.
Knowledge of and experience with Corps of Engineers and Department of
Defense Military Master Planning criteria. Specific knowledge of local
conditions and project site features within the KCD boundaries. Work
under this contract may occur anywhere in the KCD area of
responsibility, but a significant portion of the initial work under
this contract is anticipated to occur at Fort Riley, Kansas. d,
Capacity for potential concurrent workload of $500,000 to $1,000,000 of
planning services. e. Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. f. Location of firm in general geographical
area. g. Extent of participation. Large business will be expected to
place subcontracts to the maximum practical extent with Small and Small
Disadvantage Business Firms in accordance with Public Law 95-507. This
plan isnot required with the submittal, but changes to the
design/planning team may require reconsideration by the Selection Board
and must be approved prior to award to any large business. Of the
subcontract amount goals assigned to the KCD are 55.0% of small
business, 6.0% of small disadvantaged business, 3.0% for women-owned
small business concerns. Small Disadvantaged Business Goals less than
5% must be approved two levels above the Contracting Officer, pursuant
to DOD FAR Supplement 219-705-4. For informational purposes, the small
business size for this solicitation is one where the average annual
receipts of the concern and its affiliates for the preceding three (3)
fiscal years does not exceed $2.5 million, the Standard Industrial
Classification Code is 8712. h. Volume of DOD contracts awarded in the
last 12 months to the prime AE firm. In Block 10 of the SF 255,
responding firms should cite all contract numbers, award dates and
total negotiated fees for any DOD contracts awarded within the last 12
months tothe office expected to perform this work. Please indicate all
task orders award your firm by DOD agencies under an indefinite
delivery type contract, regardless of the award date of the contract
itself. Indicate date of task order and fee for each. Modifications to
the contracts or task orders which were awarded prior to the last 12
months need not be listed. SUBMITTAL REQUIREMENTS: Interested firms
have the capabilities to perform this work must submit an SF 255 to the
address listed below no later than close of business (4:00 pm 11 June
1997 Kansas City time). Each firm/consultant listed within the SF 255
must have a current SF 254 (submitted within the last 12 months) on
file with the Corps of Engineers, or one must be submitted with this
package. Solicitation packages are not provided. This is not a request
for proposal. Submit responses to: U.S. Army Engineer District, Kansas
City ATTN: Vera Murray, 760 Federal Building, 601 East 12th Street,
Kansas City, Missouri 64106-2896. Questions of a technical nature
should be addressed to Doug Wyatt at 816-983-3266 and those of an
administrative nature to Georgann Butler at 816-983-3831. (0129) Loren Data Corp. http://www.ld.com (SYN# 0026 19970513\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|