|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1998 PSA#2164Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- INDEFINITE DELIVERY-TYPE (CIVIL/STRUCTURAL) CONTRACT, FT. GEORGE
G. MEADE, MD, BUT MAY BE USED THROUGHOUT THE BALTIMORE DISTRICT SOL
DACA31-98-R-0060 DUE 092198 POC Contact Mary A. Riche (410) 962-4880,
Contracting Officer William C. Ryals, (410) 962-3495 1. CONTRACT
INFORMATION: A-E services are required at Ft. George G. Meade, MD, but
may be used throughout the Baltimore District. Contract will be for a
base period not to exceed one year and two option periods. The amount
of work in each contract period will not exceed $1,000,000.00. An
option period may be exercised when the contract amounts for the base
period or preceding option period has been exhausted or nearly
exhausted. Contract will be firm fixed price. The announcement is open
to all businesses regardless of size. The anticipated award is April
1999. 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, PL
95-507, and PL 99-661. A minimum of 60% 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 (SDB), including Historically Black
Colleges and Universities or Minority Institutions, and 8% with Women
Owned Small Businesses (WOSB). The plan is not required with this
submittal. 2. PROJECT INFORMATION: Work may consist of reports,
studies, design criteria, design and other general multidisciplined
architect-engineering services for alterations, renovation, maintenance
and repair, and minor construction projects. Concentration of work
shall be predominantly civil/structural and architectural. Work may
include renovation of administrative buildings, medical facilities,
troop living facilities (barracks), and utilities systems. 3. SELECTION
CRITERIA: See Note 24 for general A-E selection process. Even though
the concentration of work will be civil, structural, and architectural,
firms shall have the capability to provide mechanical, electrical, and
environmental engineering, HVAC, plumbing, fire protection,
geotechnical, sanitary engineering, topographic surveying and cost
estimating. Firms shall show experience in storm water management,
wetlands hydrology, sediment and erosion control, National Pollutant
Discharge Elimination Systems (NPDES) and permitting (including
obtaining all necessary state permits, etc.). HAZMAT in the form of
asbestos containing materials (ACM), lead paint, etc., may be
encountered. Firms must demonstrate the capability to conduct
appropriate characterization assessment, remedial planning and design
to identify and formulate corrective measures for the HAZMAT. The firm
must demonstrate the capability to respond to multiple task orders
concurrently. The products (deliverables) are not required to be
performed using a specific CADD system, however, the A-E shall be
required to provide any digitizing and/or translation services
necessary to deliver the final design product(s) in AutoCAD Rel. 14 on
3 inch HD diskettes formatted for 1.44 MB. Specifications will be
prepared using SPECSINTACT. Cost estimates will be prepared using the
MicroComputer Aided Cost Estimating System. (MCACES). 4. SUBMISSION
REQUIREMENTS: See Note 24 for general submission requirements.
Interested firms having the capabilities to perform this work must
submit one copy of SF 255. A SF 255 must be submitted for prime and
joint ventures and a SF 254 must be submitted for prime, joint
ventures, and consultants, 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, or Federal holiday, the
deadline is the close of business the next business day. Include the
firm's ACASS number on the SF 255, Block 3b. For ACASS information,
call (503) 808-4591. The SF 255 and SF 254 shall clearly indicate the
staffing of the office indicated to do the work. Street address: City
Crescent Building, ATTN: Mary A. Riche, Rm 7000, 10 South Howard
Street, Baltimore, MD 21201. Contract questions should be directed to
mary.a.riche@NAB02.usace.army.mil. Technical questions should be
directed to Ms. Faith McNamee, (301) 677-9354. "In order to comply with
the Debt Collection Improvement Act of 1996, all contractors must be
registered in the Central Contractor Registration (CCR) to be
considered for an award of a Federal contract. The initial registration
date expired 31 May 1998. For information regarding future
registration, contact: (1) CCR Web site at http://www.acq.osd.mil/ec.;
(2) Dial up modem at (614) 692-6788 (User ID: ccrpub; Password:
pub2ccri); (3) 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 from the
DoD Electronic Commerce Information Center at 1-800-334-3414."
Solicitation packages are not provided for this project. This is not a
request for proposal.***** Posted 08/19/98 (W-SN238925). (0231) Loren Data Corp. http://www.ld.com (SYN# 0021 19980821\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|