|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124USAED, SACRAMENTO, ENGINEERING DIVISION,, A-E NEGOTIATIONS UNIT,, 1325
J STREET ROOM 1079, SACRAMENTO CALIFORNIA 95814-2922 C -- INDEFINITE DELIVERY INDEFINITE QUANTITY DESIGN CONTRACT FOR THE
96TH REGIONAL SUPPORT COMMAND (RSC), PRIMARILY IN UTAH, COLORADO, AND
MONTANA SOL DACA05-98-R-0042 DUE 072998 POC Mr. Ken Parkinson, Unit
Leader, A-E Negotiations Unit, 916/557-7470. Contracting Officer
Frederick Strickland. (Site Code DACA05) 1. CONTRACT INFORMATION. A-E
services are required to perform a variety of small projects, primarily
renovation; however, they may include design of new projects with
limited scope for the 96th RSC. Projects for the 96th RSC will
primarily be located in the states of Utah, Colorado, Montana, but may
also include the states of Wyoming, South Dakota, and North Dakota.
A-E services may also include a variety of small projects of similar
nature for installations within the Sacramento District's military
design boundaries (States of California, Utah, Nevada, or Arizona). A
specific scope of work and services required will be issued with each
task order. The contract will be issued and administered primarily by
the Sacramento District; however, task orders for the 96th RSC may be
administered by appointed representatives of the 96th RSC. The end
result of these studies/projects will be designs. The contractor shall
be responsible for design and drawings using computer-aided design and
drafting (CADD) and delivering the two dimensional drawings in
Intergraph MicroStation NT software, Version 5.05 or higher, Windows NT
Version 3.51 or higher, electronic digital format, or in Autodesk
AutoCAD CADD software, release 12, MS-DOS, version 6.2 using windows
3.1 electronic digital format. More than one firm may be selected. If
more than one contract is awarded as a result of this announcement for
the same or similar work, selection for task order awards will be made
as follows: (1)All awardees will be given a fair opportunity to be
considered for each task order award in excess of $2,500. (2)In making
selection of the awardee to receive a specific task order, the
Contracting Officer will consider past performance of previous task
orders, quality of previous task orders, timeliness of previous task
orders, cost control, the firm's strengths and previous experience in
relation to the work requirements and geographic location described in
the scope of work for each task order. Details of the selection
process will be included in the Selection Criteria and Procedures (Oct
1995). Firm-fixed price indefinite delivery indefinite quantity
contracts will be negotiated and the first is anticipated to be awarded
in September 1998. Each contract will be for a one-year period
not-to-exceed $150,000 for the basic year and two one-year options
not-to-exceed $150,00 each. The options may be exercised at the
discretion of the Government. At the discretion of the Government, the
option years may be exercised early if the total estimated price is
ixhausted or nearly exhausted; any alteration in rate changes from one
year to the next as negotiated into the contract will be negotiated as
needed between the Government and the A-E. Task orders shall not exceed
the annual contract amount. This announcement is open to all firms
regardless of size. Any interested and qualified 8(A) firms are
encouraged to submit SF255/SF254 packages (See Paragraph 4, Submission
Requirements). Submittals received from highly qualified 8(A) firms
will receive consideration for set-aside of one contract. All
interested Architect-Engineers are reminded that in accordance with the
provisions of PL 95-507, they will be expected to place subcontracts to
the maximum practicable extent consistent with the efficient
performance of the contract with small and small disadvantaged
businesses. If a large business is selected, it must comply with FAR
52-219.9 regarding the requirement for a subcontracting plan on that
part of the work it plans to subcontract. The recommended goal for the
work intended to be subcontracted is 62% for small business. It
further states that out of that 62% to small business, 10% is for small
disadvantaged business (subset to small business) and 5% is for small
business/woman owned (subset to small business). The firms selected for
these contracts will be required to submit a detailed subcontracting
plan at a later date. If the selected firms submit a plan with lesser
goals, they must submit written rationale of why the above goals were
not met. A detailed plan is not required to be submitted with the SF
255; however, the plans to do so should be specified in Block 10 of the
SF 255. 2. PROJECT INFORMATION. Task orders to be issued under this
contract may range in scope from field investigations to small studies
to new project designs of limited scope. The services required will be
primarily architectural renovation, some for buildings with historical
significance, for a variety of small projects and may also include
design of new projects with limited scope. Input may be required by
architectural with a full complement of disciplines, civil/structural
and mechanical/electrical engineering disciplines. Individual task
orders may include maintenance and repair type projects and
miscellaneous architectural and engineering services associated with
military intallations. Demolition of existing facilities may be
required, which will necessitate asbestos and/or lead based paint
investigations with provisions for removal included in the design
documents. Engineering services during construction may also be
required. 3. SELECTION CRITERIA. See Note 24 for general selection
process. The selection criteria are listed below in descending order of
importance. Criteria "A" through "D" are primary. Criteria "E" through
"G" are secondary and will only be used as "tie-breakers" among
technically equal firms. [A]Specialized experience and technical
competence in: (1)The design of a variety of alteration and repair
projects and small new facilities. (2)The design of a variety of
alteration and repair projects with a historical significance. [B]Past
performance on Corps of Engineers and other contracts with respect to
cost control, quality of work, and compliance with performance
schedules. [C]Qualified professional personnel in the following key
disciplines: Project Management, Architectural, Civil, Structural,
Electrical, Mechanical, Landscape, Environmental Engineering, and
certified Industrial Hygienist. The evaluation will consider education,
training, registration, overall relevant experience and longevity with
the firm. [D]Capacity to accomplish multiple simultaneous task orders
at different locations. [E]Volume of DoD contract awards in the last
12 months as described below. [F]Location of the firms in one of the
following locations: Salt Lake City, Utah and vicinity; Helena, Montana
and vicinity; and Denver, Colorado and vicinity. [G]Extent of
participation of small business, small disadvantaged business, woman
owned small business, historically black colleges and universities or
minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS.
See Note 24 for general submission requirements. Interested
Architect-Engineer firms having the capabilities to perform this work
are invited to submit ONE (1) completed SF 255 (11/92 edition) US
Government Architect-Engineer and Related Services Questionnaire for
Specific Project for themselves and ONE (1) completed SF 254 (11/92
edition) for themselves and one for each of their subcontractors to the
office shown above, ATTN: A-E Negotiations Unit. In Block 7 of the SF
255 provide resumes for all key team members, whether with the prime
firm or a subcontractor; list specific project experience for key team
members; and indicate the team members role on each listed project
(i.e. project manager, design engineer, etc.). In Block 9 of the SF
255, responding firms must indicate the number and amount of fees
awarded on DoD (Army, Navy, and Air Force) contracts during the 12
months prior to this notice, including change orders and supplemental
agreements for the submitting office only. In Block 10 of the SF 255,
provide the quality management plan and organization chart for the
proposed team. A task specific quality control plan must be prepared
and approved by the Government as a condition of contract award, but is
not required with this submission. Responses received by the close of
business (4:30 p.m.) on the closing date will be considered for
selection, If the closing date is a Saturday, Sunday, or Federal
holiday, the deadline is the close of business on the next business
day. No other notification will be made and no further action is
required. Solicitation packages are not provided for A-E contracts.
This is not a request for proposals. All responsible sources may submit
the required SF 255 and SF 254 which shall be considered by the agency.
See numbered Notes 24 and 26. To see other Sacramento District projects
see our website at: http://www.usace.mil/cespk-ct. Note that all
contractors and potential contractors must be registered with the
Central Contract Registration (CCR) database effective May 31, 1998.
For instructions on registering with the CCR please see our webpage.
(0174) Loren Data Corp. http://www.ld.com (SYN# 0025 19980625\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|