|
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1998 PSA#2149SIERRA ARMY DEPOT,, CONTRACTING OFFICE,, BLDG T-74, HERLONG CA
96113-5009 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL-ENGINEERING
SERVICES FOR VARIOUS ARCHITECTURAL, CIVIL AND STRUCTURAL PROJECTS AT
THE SIERRA ARMY DEPOT, HERLONG, CA SOL DAAC07-98-T-0147 DUE 082698 POC
Contract Specialist Tracy Marino (530) 827-4831 (Site Code DAAC07)
Firm Fixed Price Indefinite Quantity Architect-Engineering Services are
required for the preparation of engineering studies, site
investigations, final plans, specifications, design criteria, surveys,
cost estimates, shop drawing reviews, and construction consultation
for Architectural and Civil/Structural repairs, alterations, new
construction and/or equipment installation projects. The initial
project has not been determined, however, project work may include but
not be limited to, (a) Architectural- demolition asbestos, lead,
hazardous material identification and abatement, roofing systems,
building structure, interior and exterior features and finishes,
landscape design, interior design, architectural programming, graphic
presentation (including renderings, CAS simulation, and photography) of
physical planning and (b) Civil/Structural-site demolition and
preparation, industrial and sanitary wastewater collection systems,
water treatment and distribution systems, minor hazardous waste cleanup
and removal, storm drainage systems, roads, parking, fencing,
playground and associated type facilities, building cladding and
framing systems, building foundation systems, structures and
foundations for towers, platforms, catwalks, tanks, manholes, utility
supports, geotechnical studies and associated documentation, and
topographic and boundary surveys present at any project location. The
A-E may be required to conduct assessments to determine the presence of
asbestos, lead or other hazardous materials; to conduct comprehensive
hazardous material surveys, including sampling and testing, and if
required, preparation of plans and specifications showing the locations
and defining the procedure to be followed during construction and/or
demolition to prevent unauthorized handling or release of hazardous
materials. Firms unable to accept or perform work that involves
asbestos, lead or other hazardous materials need not apply. This
contract is for a period of one year with a maximum total dollar amount
of $99,000. A minimum fee of $5,000 is guaranteed if no work is ordered
after contract award. The A-E fee per project delivery order will not
exceed $99,000. The estimated start date is October 1998. The A-E
selection criteria will include (in order of importance): 1. Recent
Specialized Experience (within the last 5 years) of the individuals
assigned to this contract including consultants in (a) designing
similar repair, alteration, renovation and new construction, etc.
projects, (b) projects involving asbestos and lead containing
materials, and other hazardous materials, (c) designing to Army
Facility design criteria, (d) using interdisciplinary design reviews of
similar projects, (e) using cost control procedures on similar
projects, and (f) post-construction contract award services on similar
projects to ensure compliance with the intent of contract documents.
2. Professional Qualifications of the individual design team members
(in house and consultants). The experience and roles of key design
personnel, specifically on related projects addressed in criteria one
above. 3. Past Performance on contracts with Government agencies and/or
private industry in terms of quality of work, compliance with
performance schedules, and cost control. The A-E firm's quality control
practices/techniques, including performance of quality control on prior
department of defense contracts. 4. Capacity: (a) professional ability
to perform multiple projects concurrently. If consultants are
involved, address history of working relationship, (b) current volume
of work. 5. Geographic Location: (a) location of firm in the
geographical area of the project, provided there is an appropriate
number of qualified firms therein for consideration, (b) knowledge of
probable site conditions that may arise, and (c) knowledge of
regulatory requirement that would affect the projects. If the firm has
branch offices in more than one city, indicate the number of personnel
in each discipline in the office that will be responsible for work
under this contract. Also indicateprior names your firm has used in the
past three years, including the parent company, branch offices,
affiliates, associations, and subsidiaries. 6. Use of Small or
Disadvantaged or Women-Owned Business Firms as primary consultants or
subcontractors. 7. Volume of work previously awarded by the Department
of Defense (DOD) for the past 12 months to the firm. (DO NOT PROVIDE
THIS INFORMATION SINCE THE GOVERNMENT HAS THE DATA), with the objective
of effecting equitable distribution of contracts among qualified
Architect- Engineer firms, including small and minority-owned firms and
firms that have not had prior DOD contracts. Architect-Engineer firms
which meet the requirements described in this announcement and wish to
be considered are invited to submit a completed SF254, and SF255 for
each firm proposed. The SF255 with attachments shall be limited to no
more than 25 pages and not smaller than 12-pitch font. Every page that
is not a SF254 will be included in the page count. The submittal must
be received in this office (Bldg. 74, ATTN: Tracy Marino) no later
than close of business, 26 August 1998. Submittals received after this
date and time will not be considered. Indicate solicitation number in
Block 2d, fax number, if any, in Block 3a, Contractor Establishment
Code (CEC) and/or Data Universal Numbering System (DUNS) Number for the
address listed in Block 3, and TIN number in Block 3 on the SF 255.
This proposed contract is being solicited on an unrestricted basis,
therefore, replies to this notice are requested from all business
concerns. This is not a request for proposals. Inquiries concerning
this project should mention location and contract number. Personal
interviews may not be scheduled prior to selection of the most highly
qualified firm. Firms which design or prepare specifications for a
construction contract or procurement or procurement of supplies cannot
provide the construction or supplies. The limitation also applies to
subsidiaries and affiliates of the firm. Site visits will not be
arranged duringthe submittal period. Telegraphic and facsimile SF254s
and SF255s will not be considered. Label the lower right corner of the
envelope with Solicitation number DAAC07-98- Posted 07/29/98
(I-SN229939). (0210) Loren Data Corp. http://www.ld.com (SYN# 0016 19980731\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|