|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037US 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 NO. 3 WITHIN NEW YORK DISTRICT
MILITARY BOUNDARIES PRIMARILY FOR U.S. ARMY SOLDIER SYSTEMS MMAND,
NATICK, MA SOL CBAEEN8-044-0013 POC Willien Cunningham, Procurement
Assistant 212-264-9123. 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 base period. The minimum amount for the
first option period and the second option period is $10,000. Only one
firm will be selected from this announcement. Estimated construction
cost range is not applicable. Project Information: A/E services within
New York District's Military Boundaries primarily for U.S. Army
Soldier Systems Command, Natick, MA. The U.S. Army Soldier System
Command consists of over 22 buildings including! administrative
buildings, research and development facilities, laboratories, an
officer's club, officer's quarters, barracks, family housing areas,
recreation facilities, maintenance buildings, powerplant, etc. 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. 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 where required. The
specific abilities and disciplines required are: Ar! chitects, Civil,
Electrical, Mechanical, Structural, Fire Protection, Environmental and
Geotechnical Engineers, Cost Estimators, Specification Writers,
Interior Designers, Surveyors, Environmental specialists, Certified
Industrial Hygienists, and Certified Asbestos and Lead Inspectors.
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. Previous Army projects design
experience is preferred. Closing date for submitting SF255: 30 days
after advertising date. If this date 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 subconsultants are to be utilized, a SF254 must be
submitted for each subconsultant. 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: 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 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,
withthe 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.8. Start date/Completion:
September 1998/September 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..a)
Notification of all firms will be made within 10 calendar days after
approval of the Final selection. Notifications will not be sent after
preselection 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/E's 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. (0050) Loren Data Corp. http://www.ld.com (SYN# 0017 19980223\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|