|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1998 PSA#2113Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- TWO INDEFINITE DELIVERY-TYPE MULTI-DISCIPLINE CONTRACTS FOR THE
BALTIMORE DISTRICT CORPS OF ENGINEERS SOL DACA31-98-R-0064 DUE 071098
POC Susan Sonenthal 410-962-7646 E-MAIL:
susan.j.sonenthal@nab02.usace.army.mil,
susan.j.sonenthal@nab02.usace.army.mil. CONTRACT INFORMATION: The
contracts will each be for one base period not to exceed 12 months and
will contain an option to extend for up to two additional periods. The
contract amount for the base period will not exceed $1,000,000 for each
contract. The total contract amount is $3,000,000 for each contract.
Individual task orders shall not exceed the annual contact amount. Task
orders will be assigned based on the AE's workload, geographic area,
specialized experience and project requirements. The concentration of
work will be for the Baltimor District, but may be used throught the
United States. 2. PROJECT INFORMATION: Work may consist of preparation
of reports, studies, design criteria, design and other general A-E
services for multi-disciplined alterations, renovations, maintenance
and repair, and new construction projects. 3. SELECTION CRITERIA: The
selection criteria re listed below in descending order of importance.
Criteria A-E are primary. Criteria F-G are secondary and will only be
used as tiebreakers among technically equal firms. A. Specialized and
technical competence in: (1) Preparation of project programming
documents such as DD Forms 1391 and accompanying documents; (2)
Asbestos and lead paint testing and abatement services; (3) Design in
metric units; (4) Coordination, submissions, and presentations with the
State Historic Preservation Office, and (5) Obtaining of all necessary
permits including NPDES permits. (6) Firms may be required to provide
services of topographic surveys, subsurface exploration and associated
testing, vertical transportation design (elevators, escalators). B. One
of the two selected firms shall have experience in coordinating,
submitting and presenting to the National Capital Planning Commission
and the commission of Fine Arts. C. Key Disciplines: Registered and/or
licensed personnel for the following disciplines are required:
Architect; civil engineer; electrical engineer; structural engineer;
mechanical engineer; fire protection engineer; geotechnical engineer;
land surveyor; and certified industrial hygienist. Other key
disciplines shall be presented: interior designer, plumbing engineer,
cost estimator, and landscape architect. The evaluation team will
consider education, training, overall and relevant experience, and
longevity with the firm. D. Past performance on DOD and other contracts
with respect to cost control, quality of work, and compliance with
performance schedules. E. The firm shall discuss in the SF 255 how
these services will be obtained for a particular task order. The firm
must be capable of responding to and working on multiple task orders
concurrently. F. Extent of participation of small business firms
including woman-owned small business (WOSB), Small Disadvantaged
Businesses (SDB), historically black colleges and universities (HBCUs),
and minority institutions in the proposed contract team, measure as a
percentage of the total estimated effort. G. Volume of DOD contracts
awarded in the last 12 months as described in Note 24. Work Management:
A proposed management plan shall be presented which shall include an
organization chart and briefly address management approach, team
organization, quality control procedures cost control, coordination of
in-house disciplines and consultants, and prior experience of the
prime firm and any significant consultants on similar projects.
SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large
business concern, a subcontracting plan with the final fee proposal
will be required, consistent with Section 806 (b) of PL 100-180,
95-507, and 99-661. A minimum of 65% of the total planned
subcontracting dollars shall be placed with small business concerns. At
least 15% of total planned subcontracting dollars shall be placed with
small disadvantaged businesses, including Historically Black College
and University or Minority Institutions, and 8% with women-owned small
businesses. The plan is not required with this submittal. SUBMISSION
REQUIREMENTS: See Note 24 for general submission requirements. Note 24
is written in detail in any Monday issue of the CBD. Interested firms
must submit SF255 for the prime and SF 254 for the prime and for each
consultant to the above address not later than 4:00PM on 10 July 1998.
The SF 255 and SF 254 shall clearly indicate the staffing of the office
indicated to do the work. Only one copy of a submission (SF 255/SF254)
is required at this time. Short listed firms may be requested to
submit up to 2 additional copies of their proposal. The Baltimore
District does not retain SF 254's on file. In block 3b of the SF 255,
provide the firm's ACASS (Architect-Engineer Contract Administration
Support System) number. ACASS numbers for consultants should be placed
in Block 6. ACASS numbers can be obtained by calling 503-808-4591. In
block 9 of the SF 255, provide contract award dates for all projects
listed in that section. One Preselection Board and one Selection Board
will be conducted from this solicitation. We will conduct telephone
interviews with the short listed firms. In order to comply with Debt
Collection Improvement Act of 1996, all contractors must be registered
in the Central Contractor Registration (CCR) to be considered for
award of a Federal contract. Contact CCR Web site at http: // www.acq.
osd. mil/ec. Registration can also be accomplished via dial up modem
at 614-692-6788 (User ID: ccrpub; Password: pub2ccri), or through any
DOD Certified Value Added Network. To review the database the web site
is http:/www.fedecnavigator.disa.mil. Additionally, a paper form for
registration may be obtained for the DOD Electronic Commerce
Information Center at 1-800-334-3414. Mailing address to send
proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000,
Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be
reached at 410-962-7646 and via Internet
susan.j.sonenthal@nab02.usace.army.mil. Solicitation packages are not
provided. This is not a request for proposal (0159) Loren Data Corp. http://www.ld.com (SYN# 0009 19980610\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|