Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 30,1998 PSA#2062

U.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