|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room
643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL & GENERAL
ENGINEERING SERVICES POC Robert Bencal, 215-656-6606 The Philadelphia
District, U.S. Army Corps of Engineers intends to award up to two (2)
one year Indefinite Delivery Contract(s) for Architectural and General
Engineering Services with options for two additional periods. Although
the maximum task order limit is $1,000,000 it is envisioned that most
task orders will be $300,000 or less. The cumulative total for all task
orders in either the base or two option periods shall not exceed
$1,000,000. The cumulative total of all task orders for the base and
option periods shall not exceed $3,000,000. Options may be awarded
based on value or time at the discretion of the Contracting Officer. 2.
PROJECT INFORMATION: The selected firm(s) will be used to supplement
the District's capability for providing planning, design and
construction management; principally for support of Military
Installations, Civil Works, the Work for Others Program and missions
assigned to the Philadelphia District. The District's boundaries
include portions of the states of Pennsylvania, New Jersey, New York,
Maryland and Delaware. Work outside the District's civil works
boundaries may be required. Individual task orders will be allocated
among the contracts using the following criteria in descending order of
importance: (1) the specialized experience of the selected firm, such
as, work on a facility type (hospital, housing, etc.) or a type of work
(health, safety reports, etc.); (2) conflict of interest; (3) capacity
to accomplish the task order in the required time and; (4)
distribution of work among the contractors. Work with other Government
agencies could be a part of this contract. The firm(s) will be used
primarily for Architectural and General Engineering type projects to
include but not be limited to primarily vertical facility
(institutional and industrial), construction, renovations, repairs and
additions. Other secondary related work may include: residential,
commercial and recreational construction, renovations, repairs and
additions, highway and paved surface work, utility system work, site
work, and landscaping. Primary services which will be required include:
architectural, civil, structural, mechanical, electrical, and fire
protection. Other related services include: geotechnical, interior
design, landscape architecture, historical preservation, life safety
analysis, Americans with Disabilities Act (ADA) analysis, economic and
life cycle-cost analysis, site investigations, planning, studies,
reports, claims analysis, schedule review, communications, expert
witness, submittal reviews, asbestos and hazardous/toxic materials
sampling, testing and abatement when required for design. The planning
work may include preparation of DD Form 1391's "Military Construction
Project Data", Requirements and Management Plan (RAMP), and Project
Definition packages. This contract will require the use of Automated
Review Management Systems (ARMS); Micro-computer-aided Cost Estimating
System (MCACES); Computer-aided Drafting and Design (CADD); and U.S.
Army Corps Computerized Specifications (SPECSINTACT) by the selected
A/E. The A/E(s) should have the capability of executing a minimum of
three (3) task orders simultaneously. The firm(s) will have primary
services capability in-house. 3. SELECTION CRITERIA: Significant
selection evaluation criteria in relative descending order of
importance will include: (1) Specialized experience of the firm in the
primary types of work and demonstrated success in prescribing the use
of recovered materials and achieving waste reduction and energy
efficiency in facility design; (2) Professional qualifications of the
available staff necessary for performance of the services; (3)
Experience in other related types of work required; (4) Capability of
the firm to accomplish the work in the required time; (5) Past
performance, especially on Department of Defense contacts; (6) Location
of the firm with respect to work sites will be a secondary
consideration provided that a sufficient number of qualified firms
respond to this announcement; (7) Extent of participation of SB, SDB,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the
estimated effort. As a part of this submittal, it is required that all
responding firms clearly present billing amounts for all Corps of
Engineers work as well as all other Department of Defense work for the
12 months prior to this announcement. As a requirement for
negotiations, the selected contractor will submit for government
approval a quality control plan which will be enforced through the life
of the contract. The district reserves the right to terminate
negotiations with firms that do not respond to Government requests for
proposals, information, documentation, etc. 4. SUBMISSION
REQUIREMENTS: Responding firms must clearly present billing amounts for
the 12 months prior to the date of this announcement. Firms which
desire consideration and meet the requirements described in the
announcement are invited to submit a completed SF 254 and SF 255
revised 11/92 for the primefirm and SF 254 for each consultant, to the
above address not later than the close of business on the 30th day
after the date of this announcement. If the 30th day is a Saturday,
Sunday of Federal holiday, the deadline is the close of business the
next business day. Include ACASS number in Block 3b of the SF 255. Call
the ACASS Center at (503) 808-4591 for information on obtaining an
ACASS number. All responders are advised that this requirement may be
canceled or revised at any time during the solicitation, selection,
selection evaluation, negotiation and/or final award process based on
the decisions related to DOD changes in force structure and disposition
of U.S. Armed Forces. This is not a request for proposals. No other
notification to firms for this project will be made. (0085) Loren Data Corp. http://www.ld.com (SYN# 0027 19980330\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|