|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1998 PSA#2100U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821,
Louisville, KY 40202-2230 C -- A/E SERVICES FOR AN INDEFINITE DELIVERY CONTRACTS FOR THE DESIGN
OF VARIOUS MILITARY ARCHITECTURAL AND ENGINEERING PROJECTS PRIMARILY
AT DEFENSE SUPPLY CENTER COLUMBUS (DSCC), COLUMBUS, OH SOL
DACA27-98-R-0037 DUE 071098 POC Contract Specialist, Charles Lockman
(502) 625-7532: Technical POC: Deborah Roush (502) 625-7538 1. GENERAL
CONTRACT INFORMATION: The proposed services will be obtained by
negotiated Firm Fixed Price Contracts and will be for military
activities at Defense Supply Center Columbus, OH (DSCC). Projects will
be awarded by Individual Delivery Orders (normally expected to be
$100,000 or less), and individual delivery orders will not exceed the
maximum contract value of $500,000. The estimated construction cost per
project is approximately between $100,000 and $2,000,000. The contract
period is one year from date of award with two option periods (each
additional period with an additional ceiling amount of $500,000.00
respectively) to be awarded at the discretion of the government. This
announcement is open to all businesses regardless of size. These
percentages are applied to the total amount of subcontracted dollars.
Some projects may require partnering with the selected firm which could
require the selected A/E to attend an approximate one-day partnering
meeting to define the User's expectations of theA/E, create a positive
working atmosphere, encourage open communication, and identify common
goals. Significant emphasis will be placed on the A/E's quality
control procedures as the District will not review quality into the
project. A possible second contract may be awarded from this
solicitation within 90 days after the award of the first contract. 2.
PROJECT INFORMATION: Predominate activities are expected to require
disciplines in architecture and the engineering fields of mechanical,
fire protection, electrical, structural and civil. However,
multi-discipline technical teams must be available as necessary for the
preparation of facility master planning documents and/or plans,
specifications, construction cost estimates and/or technical studies in
support of such projects as a) building design, renovation, and repairs
to include items as painting, window and door replacement, and roof
repairs and/or replacements; b) structural analysis and design
(includes seismic analysis); c) mechanical systems, HVACand plumbing;
d) electrical systems, alarms, controls, interior/exterior lighting and
distribution systems; e) fire protection systems; f) site surveying; g)
hydraulic and hydrology analysis; h) geotech (soils engineering)
activities; i) road design, paving and resurfacing; k) site work
including layout, grading and drainage; l) water and waste water
distribution and treatment; m) interior space planning and design to
include pre-wired work stations; n) landscape planting and design; o)
corrosion prevention and control; p) engineering services during
construction (e.g. construction supervision, preparation of record
drawings, or the checking of shop and working drawings, etc.) q)
survey, analysis, and abatement design for hazardous materials
encountered in building demolition and renovation i.e. PCB's, asbestos,
and lead in such forms as electrical appurtenances, painted surfaces,
floor tiling, pipe insulation and roofing felts may be encountered and;
r) military community master planning and facility project development.
Metric design, (in whole or in part), and electronically developed
drawings in AUTOCAD format may be required for any or all authorized
projects. A laboratory accredited in Bulk Asbestos Fiber Analysis given
by the National Institute of Standards and Technology (NIST) under the
National Voluntary Laboratory Accreditation Program (NVLAP) must be
available for hazardous material testing as needed. Some work in
enclosed/confined spaces may be required. 3. SELECTION CRITERIA: See
Note 24 for general selection process information. The specific
selection criteria (a through d being primary and e through h
secondary) in descending order of importance are as follows and must be
documented with resumes in the SF255: a) A designer and checker with
education, training, and specialized experience in architecture,
landscape architecture and in the fields of civil, geotech (soils
engineering), structural (independent of civil), mechanical, fire
protection and electrical engineering are necessary with at least one
in each field professionally registered. Additionally, professionals
qualified by education, registration, certification, and/or training in
interior design, industrial hygiene, hazardous material inspection and
abatement methods, military community master planning, and facility
project development are necessary. The Interior Designer must either be
NCIDQ Certified, a registered Interior Designer, or a registered
architect with demonstrated training and experience in interior design.
The hygienist must be a Certified Industrial Hygienist (CIH) as
certified by the American Board of Industrial Hygienist (ABIH). The
hazardous material inspector must have successfully completed an EPA
approved course for building inspectors and asbestos management
planners. Technical competence and experience in energy conservation,
pollution prevention, waste reduction, and the use of recovered
materials must be documented. b) Specialized experience and technical
competence in the expected activities identified above as evidenced by
the resumes of the personnel assigned to this project; only resumes
identifying the professionalism and specialized experience of the
design group are necessary. Other available personnel may be specified
in paragraph 10 of the SF 255. c) Capacity to complete the work in the
required time. d) Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. e) Superior performance evaluations on recently
completed DOD contracts; f) Geographical location and knowledge of the
locality of the project; g) Volume of DOD contract awards in the last
12 months as described in Note 24; h) 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. In addition, a brief Design Management Plan
including an explanation of the firm's management approach, management
of subcontractors (if applicable), quality control procedures and an
organizational chart showing the inter-relationship of management and
various team components (including subcontractors) must be included in
paragraph 10 of the SF 255. 3. SUBMITTAL REQUIREMENTS: a) See Note 24
for general submission requirements. Any firm with an electronic
mailbox responding to this solicitation should identify such address in
the SF 255. Release of firm status will occur within 10 days after
approval of any selection. (0139) Loren Data Corp. http://www.ld.com (SYN# 0016 19980521\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|