|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1999 PSA#2276U.S. Army Engineer District, Alaska, Attn: CENPA-CT-CO-M, P.O. Box 898,
Anchorage, AK 99506-0898 (Physical Address: Bluff and Plum Streets,
Building 21-700 (Room 200), Elmendorf AFB, AK 99506-0898) C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR
CIVIL/STRUCTURAL DESIGN SERVICES FOR PROJECTS PRIMARY LOCATED IN ALASKA
SOL DACA85-99-R-0006 POC Admin. Ms. June Wohlbach, 907/753-5624 or
Tech. Mr. Hal West, 907/753-5614 Contracting Officer Ms. Gail West 1.
CONTRACT INFORMATION: This announcement is open to all businesses
regardless of size. If a large business is selected for this contract,
it must comply with FAR 52.219-9 regarding the requirement for a
subcontracting plan for that part of the work it intends to
subcontract. The FY99 subcontracting goals are a minimum of 61.2% of
the contractor's intended subcontract amount be placed with small
businesses, 9.1% of that to small, disadvantaged businesses, and 4.5%
to woman-owned businesses. The subcontracting plan is not required with
this submittal. All responders are advised that this project may be
cancelled or revised at any time during the solicitation, selection,
evaluation, negotiation and final award. The contract shall be an
indefinite delivery firm fixed price. The contract limit is $1 million
per year. The contract may include options for two additional option
years and an additional $1 million per year. There will be no specific
task order limit except that of the contract limit. Contract award is
anticipated for Jun 99. 2. PROJECT INFORMATION: The AE shall have
sufficient staffs, flexibility, and capability to be available on an
as-needed basis. Typical types of services to be provided are design of
new structures; the renovation of existing structures, conduct site
visits; perform seismic analysis (in accordance with FEMA 302 and 303,
1997 Edition NEHRP Recommended Provisions for Seismic Regulations for
New Buildings and Other Structures) and evaluation of existing
buildings (in accordance with FEMA 310, Handbook for the Seismic
Evaluation of Buildings-A Prestandard); perform wind and snow loads
analysis (in accordance with ASCE 7-95, Minimum Design Loads for
Buildings and Other Structures); perform bridge design; prepare
evaluation reports; site layout; area grading; landscaping; parking lot
design, road design; traffic engineering; intersection design; water
and sewer service design (utilidor or direct bury); and provide
construction phase services. Arctic design experience is required
either in-house or provided by a subcontractor. The firm must
demonstrate ability to provide CADD formulated drawings and use
MCACES-Gold (estimating system) for all projects and in addition use
the Automated Review Management System (ARMS) via modem for Army
projects. MCACES-Gold and ARMS programs shall be furnished by the
Government (hardware required for ARMS: IBM compatible, 486 computer
and a 20MB hard drive with 640K memory.) LOCATION: Various Locations
Primarily in Alaska. 3. SELECTION CRITERIA: The following selection
criteria headings are listed in descending order of importance (first
by major criterion and then by each subcriterion). Criteria A-F are
primary selection criterion. (A) professional personnel in the
following disciplines: (1) minimum in-house requirements are 2
registered civil/structural engineers each with 5 years post-graduate
experience with the structural engineer having at least 5 years of
structural engineering design experience; (2) disciplines which may be
subcontracted: architectural, mechanical, electrical, landscape,
traffic engineer, intersection design, specification writer, estimator,
and asbestos/HTRW. Responding firms MUST address each discipline,
clearly indicate which shall be subcontracted, and provide a separate
SF254 and SF255 for each subcontractor necessary. The contractor shall
employ, for the purpose of performing that portion of the contract
work in the State of Alaska, individuals who are residents of the
State, and who, in the case of any craft or trade, possess or would be
able to acquire promptly the necessary skills to perform the contract.
(B) specialized experience and technical competence in: (1) general
civil design relating to building siting and layout; (2) structural and
seismic design experience; (3) road/highway and
intersection/interchange design; (4) landscape design; (C) knowledge of
locality: (1) demonstrated arctic or cold regions design experience.
(2) availability of AE staff to meet frequently with Corps personnel in
the Alaska District Corps of Engineers' office in Anchorage and ability
to mobilize staff to Alaskan project sites on relatively short notice;
(D) capacity to maintain schedules and accomplish required work on
three simultaneous delivery orders; (E) past performance on DOD and
other contracts with respect to cost control, quality of work, and
compliance with schedules; and (F) demonstrated success in prescribing
the use of recovered materials and achieving waste reduction and
energy efficiency in facility design. Criteria G-I are secondary and
will only be used as "tie-breakers" among technically equal firms. (G)
location of the firm in general geographical area of the projects; (H)
extent of participation of SB, SDB, historically black colleges and
universities, and minority institutions in the proposed contract team,
measured as a percentage of the estimated effort; and (I) volume of
DOD contract awards in the last 12 months as described in Note 24. 4.
SUBMISSION REQUIREMENTS: Firms submitting SF 255s (1 copy only) should
include: (1) organization of proposed project team, (2)
responsibilities and authority of key project personnel, (3)
relationship of project team to overall organization of the firm, (4)
a quality control plan, and (5) in block 8c of the SF 255 include a POC
and phone number. The 11/92 edition of the forms MUST be used, and may
be obtained from the Government Printing Office, by calling the
administrative contact named above, or from commercial software
suppliers for use with personal computers and laser printers.
Submittals must be received at the address indicated above not later
than COB (4:00 pm Alaska time) on the 30th day from the date of this
announcement. If the 30th day is a Saturday, Sunday, or Federal
holiday, the deadline is the close of business of the next business
day. Any submittals received after this date cannot be considered. No
additional information shall be provided, and no faxed submittals shall
be accepted. Solicitation packages are not provided. Posted 02/02/99
(W-SN293736). (0033) Loren Data Corp. http://www.ld.com (SYN# 0020 19990204\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|