|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18,1998 PSA#2245U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 C -- ANNUAL ANNOUNCEMENT FOR IDIQ CONTRACTS FOR MISCELLANEOUS A-E
SERVICES, UNDER THE JURISDICTION OF SAVANNAH DISTRICT POC Joel Kreger,
912/652-5465; Rosetta Stewart, 912/652-5903 WEB: Corps of Engineers,
Savannah District, Contracting, http://www.usace.army.mil. E-MAIL:
Rosetta Stewart, rosetta.stewart@sas02.usace.army.mil. 1. CONTRACT
INFORMATION: The Savannah District, U.S. Army Corps of Engineers,
requires the services of Architect-Engineer firms for numerous
Multidiscipline Indefinite Delivery/Indefinite Quantity contracts.
Contracts awarded as a result of this announcement will be administered
**** (1) by Savannah District for use on civil and military projects
under its jurisdiction and, if requested, for other Corps of Engineers
Districts within the South Atlantic Division or **** (2) by
Directorate of Public Work/Base Civil Engineer offices at specific Army
and Air Force installations within GA, SC and NC **** Contract limits
and contract size will be determined at the time of selection.
Typically each contract will consist of a base ordering period and two
option periods, each period not to exceed one year, for a total of
three years. The total of all task orders during each ordering period
may not exceed $1,000,000. Individual task orders may not exceed
$1,000,000. The total amount of each contract over the three-year
ordering period may not exceed $3,000,000. Assignment of individual
task orders to the contracts with identical scopes of work will be
based upon the following factors: (1) Proximity of the firm to the
project site and familiarity with design criteria/codes and
construction methods used at the locality, (2) Current capacity of the
firm to accomplish the task order in the required time, (3) Equitable
distribution of work among identical contracts and (4) Performance and
quality of deliverables under the current IDIQ contracts. This
announcement is open to all firms regardless of size. Large business
offerors must identify subcontracting opportunities with small/small
disadvantaged & women owned business on their SF 255. If selected the
large business offeror will be required to submit a small/small
disadvantaged & women owned subcontracting plan in accordance with FAR
52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal
package. The following subcontracting goals are the minimum acceptable
goals to be included in the subcontracting plan. OF THE SUBCONTRACTED
WORK, 62% TO SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A
COMPOSITE OF SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE
OF SMALL BUSINESS). Large business firms that intend to do any
subcontracting must convey their intent to meet the minimum
subcontracting goals on the SF 255, Block 6. Written justification must
be provided if the minimum goals cannot be provided. For additional
information please contact Ms. Rosetta Stewart, Contract Specialist, at
912/652-5903. **** 2. PROJECT INFORMATION: Task Orders to be issued
under these contracts may include design of NEW facilities and O&M
projects related to additions and alterations of buildings, road,
drainage and utility systems, engineering studies, project planning,
topographic surveying to support designs, lead based paint and asbestos
sampling/analysis/abatement design, and air monitoring during the
abatement/construction process, shop drawing review, construction phase
services and preparation of O&M manuals. All CADD design files must be
originated in Bentley's Microstation SE and in compliance with the
Tri-Service AEC Standard as applied by the Savannah District. The
Savannah District AEC Standard will address naming convention, cell
libraries, line styles, etc. and items specific to each design. **** 3.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance.
Criteria a-e is primary. Criteria f-g is secondary and will be used as
"tie-breakers" among technically equal firms. **** a. Specialized
experience and technical competence in: (1) Originating Designs in
Bentley's Microstation SE. Provide discussion of this experience in
block 10 of SF 255. (2) Design of additions and alterations of
buildings, road drainage and utility systems, (3) Design of new
buildings, roads, drainage and utility systems, (4) Engineering studies
and project planning, (5) Topographic surveying, (6) Lead based paint
and asbestos sampling/analysis/abatement design and air monitoring
during abatement/construction process, (7) Shop drawing review,
construction phase services and preparation of O&M manuals. **** b.
Past performance on DoD and other contracts with respect to cost
control, quality of work and compliance with performance schedules.
**** c. Capacity to accomplish multiple simultaneous task orders and
provide staff in the following disciplines: architect, civil,
structural, mechanical, fire protection and electrical engineers,
industrial hygienists, and topographic surveyors. Please disregard the
"to be utilized" statement at Block 4 of SF 255 and show the total
strength of each discipline. **** d. Professional qualification of key
management and professional staff members. The design team must
include a Registered Fire Protection Engineer whose principle duties
are fire protection engineering or a Registered Architect or Registered
Engineer who is a full member in good standing of the Society of Fire
Protection Engineers (SFPE). **** e. Knowledge of locality as it
pertains to geological features, environmental and climatic conditions
and local construction methods used on projects under Savannah
District jurisdiction and/or location in the general geographical area
of specific military installations in the 3-state area. **** f. Degree
of participation of SB, SDB, WOB, HBCU or MI as prime contractor,
subcontractor or joint venture partner. **** g. Volume of DoD contract
awards in the last 12 months as described in Note 24. **** 4.
SUBMISSION REQUIREMENTS: Responses on file from last year's
announcement will be discarded. ALL FIRMS desiring consideration MUST
SUBMIT a NEW response. Responses to this announcement will be used for
IDIQ contract selections February 1, 1999 through January 31, 2000.
This announcement is non-closing and firms may submit a SF 255 and SF
254 at anytime during 1999. Firms desiring consideration shall submit
ONE (1) copy of SF 255 (11/92 VERSION ONLY, WILL BE ACCEPTED) forprime
and ONE (1) copy of SF 254 (11/92 VERSION ONLY, WILL BE ACCEPTED) for
prime and each consultant (extra copies will not be kept). FIRMS MUST
INCLUDE PRIME'S ACASS NUMBER in block 3b of SF 255. For ACASS
information call 503/808-4591. FACSIMILE SUBMITTALS WILL NOT BE
ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will
not be considered. Firms selected will be required to submit a Design
Quality Assurance Plan concurrently with their fee proposal.
Information on what is to be contained in this plan will be furnished
upon notification of selection. Firms responding to this announcement
are requested not to transmit this plan with their SF 255. **** PHONE
CALLS are DISCOURAGED unless ABSOLUTELY necessary. **** PERSONAL VISITS
for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED.
**** THIS is NOT a REQUEST for a PROPOSAL. Posted 12/16/98
(W-SN280847). (0350) Loren Data Corp. http://www.ld.com (SYN# 0015 19981218\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|