|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1998 PSA#2026US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR 26
Federal Plaza, Rm 2143 New York, N.Y. 10278-0900 C -- INDEFINITE DELIVERY CONTRACT #42 PRIMARILY WITHIN THE UNITED
STATES MILITARY ACADEMY BOUNDARIES AT WEST POINT, NEW YORK SOL
CBAEEN8-034-0012 POC Willien Cunningham, Procurement Assistant
212-264-9123. Indefinite Delivery Contract #42 primarily within the
United States Military Academy Boundaries at West Point, New York.
Contract Information: One indefinite delivery contract will be
negotiated and awarded with a base period not to exceed one year and
two optional periods not to exceed one year each. The amount of work in
each contract period will not exceed $1,000,000. An optional period may
be exercised when the contract amount for the base period or preceding
optional period has been exhausted or nearly exhausted. Work will be
issued by negotiated firm fixed price task orders. The Government's
obligation to guarantee a minimum amount for payment is $20,000 for the
first year. The minimum amount for the second and third year is
$10,000. Only one firm will be selected from this announcement.
Estimated construction cost range is not applicable. Project
Information: A/E services for the preparation of plans, specifications,
analysis, reports, cost estimates, construction services and technical
reviews for miscellaneous projects which include but not limited to
renovations of buildings, offices, HVAC systems, roofing, plumbing,
electrical systems, foundation, structural, utility systems, site work,
sidewalk and roadway work. These projects will be designed in
conformance with COE regulations and DOD design standards.
Comprehensive Interior Design will include the preparation of design
documents, cost estimate, and CID studies. Environmental studies to
include permit investigations, the completion of permit applications
and wetlands evaluation. Possible lead paint, contaminated soil, and
asbestos/PCB abatement. Topographic surveys and subsurface explorations
will be conducted in designated project areas on the base where
required. The specific abilities and disciplines required but not
limited to: Architectural, Historical Architectural, Civil, Electrical,
Mechanical, Structural, Cost Estimating, Fire Protection Engineer,
Interior Designer, Surveying, Geotechnical, Environmental specialists,
and Certified Industrial Hygienist. Firms may be requested to fast
track delivery orders. Firms must submit in their submission a plan for
management of consultants, a plan for successful quality assurance,
quality control and how they will integrate of all design disciplines.
Responding firms should indicate their ability to produce all required
work in digitized drawings on AutoCad 14 format, their capability to
access an electronic bulletin board and Automated Review Management
System (ARMS) via modem, Internet access and the capability to work
with M-CACES (Corps of Engineers Cost Estimating Software).
Specifications are to be submitted in hard copy and on Microsoft Word
97 compatible software. Special Qualifications: The selected firm must
have proven capability to produce multiple delivery orders
simultaneously and must be generally within commuting distance of the
USMA, West Point, NY area. Previous Army projects design experience is
preferred. Closing date for submitting SF255: 30 days after
advertising date. If thisdate falls on a Saturday, Sunday, or Holiday
the closing date will be on the next business day. Firms should submit
their qualifications on 11-92 version of SF255 and SF254. SF254 should
reflect the overall firm's capacity, whereas, SF255 should reflect only
the personnel dedicated to the specific project referenced in the
submittal. If sub-consultants are to be utilized, a SF254 must be
submitted for each sub-consultant. These guidelines should be closely
followed, since they constitute procedural protocol in the manner in
which the selection process is conducted. Evaluation factors in
descending order of importance: Boards will evaluate firms'
qualification strictly on the basis of the announced selection criteria
and their stated order of importance. The criteria will be applied as
follows: A. Primary Selection Criteria 1. Specialized experience and
technical competence in the type of work required. 2 Professional
qualifications necessary for satisfactory performance of required
services. 3. Past performance on contracts with government agencies and
private industry in terms of cost control, quality of work and
compliance with performance schedules. 4. Capacity to accomplish the
work within the required time. 5. Knowledge of the locality and
location in the general geographical area of the United States Military
Academy in West Point, NY provided that application of this criterion
leaves an appropriate number of qualified firms, given the nature and
size of the project. Note: Firms are encouraged to submit from any
geographical area. 6. Demonstrated success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility design. (If applicable) B. Secondary Selection Criteria 1.
Extent of participation of small businesses, small disadvantaged
businesses, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage
of the total estimated effort. 2. Geographic Proximity in relation to
location of project. 3. Volume of work previously awarded to the firm
by the Department of Defense, with the object of effecting an equitable
distribution among qualified A/E firms, including small and small
disadvantaged business firms and firms that have not had prior DoD
contracts. Start date/Completion: August 1998/August 2001 . Small and
small disadvantaged firms are encouraged to participate as prime
contractors or as members of joint ventures with other small
businesses. All interested large firms are reminded that the successful
firm will be expected to place subcontracts to the maximum practicable
extent with small and small disadvantaged firms in accordance with
Public Law 95-507. If a large business firm is selected, a small
business subcontracting plan will be required prior to award. Firms
which have not previously applied for New York District projects and
firms which do not have a current SF-254 on file with the New York
District should submit two of the SF-254 with this initial response to
CBD announcement. Firms using consultants should submit copies of the
SF-254 for their consultants.. DeBriefings: a) Notification of all
firms will be made within 10 calendar days after approval of the Final
selection. Notifications will not be sent after pre-selection
approval. The notification will say the firm was not among the most
highly qualified firms and that the firm may request a debriefing. b)
The A/Es request for a debriefing must be received by the selection
chairperson within 30 calendar days after the date on which the firm
received the notification. c) Debriefing(s) will occur within 14
calendar days after receipt of the written request. d) Copies of all SF
254's & SF 255's of all firms, who are not short listed, will be held
for 30 calendar days after notifications are sent out. Three (3) copies
of the submittals should be sent to Ms. Willien Cunningham,
CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, NY 10278, (212)
264-9123. . (0034) Loren Data Corp. http://www.ld.com (SYN# 0025 19980205\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|