|
COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26
Federal Plaza, Rm 1843, New York, N.Y. 10278-0090 C -- INDEFINITE DELIVERY CONTRACT #176A FOR PRIMARILY MASTER PLANNING
FOR VARIOUS MILITARY INSTALLATIONS, PRIMARILY WITHIN THE NEW YORK
DISTRICT BOUNDARIES, BUT MAY EXTEND TO OTHER LOCATIONS WITH THE
CONTINENTAL US SOL CBAEEN9-133-0007 POC Willien Cunningham, Procurement
Assistant 212-264-9123 Preparation of Real Property Master Plans, Range
and Training Land Development Plans. Site Plans for Range and Support
Facilities, DoD Privatization Studies (such as Family Housing,
Unaccompanied Housing, and Utilities Privatization Scope of services
required: Services required include: Preparation of Real Property
Master Plans, Range Studies), Information Management Plans for
Installation Level Directorates, Space Utilization / Real Property
Surveys (to include 1354 preparation), Requirements Documentation (CIS
and TAB studies), Transportation Planning Studies, Design Guidelines,
Environmental Documentation (Environmental Baseline, Environmental
Assessments, NEPA, and ICUZ studies), Cultural Resource studies
(including historic structures and archeology), Planning Level Utility
Analyses, and Digital Mapping / GIS Development related to master
planning (including Tri-Service Standards and on-site GIS support,
configuration, and implementation experience). The submittal should
also include experience instudies related to the
development/privatization of real property resources through the
transfer, outgrant, and/or lease of existing real property; including
but not limited to, utilities, family housing, community facilities,
and lodging. These services will be provided under one indefinite
delivery contracts. The cumulative amount of all delivery orders for
each contract will not exceed $1,000,000, and each delivery order will
not exceed $1,000,000. Delivery orders for each contract may be issued
for a period of one year from the date of contract award. The
Government has the right to exercise the option for an additional one
year after the monetary limit is reached prior to the expiration of the
time period (365 days). Each contract will include options for two
additional periods under the same terms and conditions as the basic
contract. The Government's obligation to guarantee a minimum amount for
payment will apply to all three periods. The guaranteed minimum is
$20,000 for the first period and $10,000 for the second and third
periods. Technical capability required: Firms not having full in-house
capability must demonstrate how they will manage subcontractors and
insure quality control. The (Prime) firm must identify in their
submittal the quantity and number of personnel in each discipline
available in their working office. A QA/QC plan must be included in the
submission. Specific abilities required include: Military/Urban
Planning, Landscape Architecture, Civil and Environmental Engineering,
Biology, Wetlands Delineation, Historic Resources and Archeology, Cost
Estimating, Land Survey, Acoustics, and Economic Analyst. Specific
disciplines required are as follows: Project Manager, Planners,
Architects, Landscape Architects, Civil Engineers, Environmental
Engineers, Biologist, Archeologist, Historic Architect, Cost Estimator,
Survey Crew and Aerial Photographers, Acoustics Specialist, GIS
Specialist and Economist. Familiarity with. Senior Project personnel
should be registered.. Special Qualifications: Previous experience with
New York District military installations is preferred. Firms should
indicate experience with preferably DoD projects related to military
master planning, military privatization, GIS, services. Experience in
the preparation of military master planning documents and project
funding justification document (DD1391) is also preferred. Responding
firms should indicate their ability to access an electronic bulletin
board and Automated Review Management System (ARMS) via a Hayes or
Hayes compatible modem, through an IBM compatible PC. Past experience
with the Corps' M-CACES Gold Cost Estimating program and Excel 4.0, or
the firm's capability to use these programs is required. In addition,
firms must be able submit all appropriate deliverables in MicroStation
CADD, Intergraph Modular GIS Environment (MGE), MS Word, MS Excel, MS
Access, ArcInfo, ArcView, and/or Oracle 7.x formats. Closing date for
submitting SF-255: 30 days after advertising date. If this date falls
on a Saturday, Sunday, or Holiday the closing date will be on the next
business day. Firms must submit their qualifications on 11-92 version
of SF-255 and SF-254. SF-254 should reflect the overall firm's
capacity, whereas, SF-255 should reflect only the personnel dedicated
to the specific project referenced in the submittal. These guidelines
should be closely followed, since they constitute procedural protocol
in the manner in which the selection process is conducted. Evaluation
factors in descending order of importance:A. Primary Selection Criteria
1) Specialized experience and technical competence in the type of work
required.2) Professional qualifications necessary for satisfactory
performance of required services.3) Past performance on contracts with
government agencies and private industry in terms of cost control,
quality of work and compliance with performance schedules.4) Capacity
to accomplish the work within the required time.5) Knowledge of the
locality and location in the general geographical area provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the project. Note: Firms are
encouraged to submit from any geographical area. B. Secondary Selection
Criteria 1) Extent of participation of small businesses, small
disadvantaged businesses, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort.2) Geographic Proximity in
relation to New York District's geographic boundaries.3) Volume of work
previously awarded to the firm by the Department of Defense, with the
object of effecting an equitable distribution among qualified A/E
firms, including small and small disadvantaged business firms and firms
that have not had prior DoD contracts. Approximate Start: October 1999.
Approximate Completion: October 2002 Small and small disadvantaged
firms are encouraged to participate as prime contractors or as members
of joint ventures with other small businesses. All interested
contractors are reminded that the successful firm will be expected to
place subcontracts to the maximum possible extent with small and small
disadvantaged firms in accordance with Public Law 95-507. If a large
business firm is selected, a small business subcontracting plan will be
required prior to award. Firms which have not previously applied for
New York District projects and firms which do not have a current SF-254
on file with the New York District should submit two of the SF-254 with
this initial response to CBD announcement. Firms using consultants
should submit copies of the SF-254 for their consultants. a
Notification of all firms will be made within 10 calendar days after
approval of the Final selection. Notifications will not be sent after
pre-selection approval. The notification will say the firm was not
among the most highly qualified firms and that the firm may request a
debriefing. b. The A/E's request for debriefing must be received by the
selection chairperson within 30 calendar days after the dateon which
the firm received the notification.c. Debriefing(s) will occur within
14 calendar days after receipt of the written request.d. Copies of all
SF 254s and SF255s of all firms, which are not short listed, will be
held for 30 calendar days after notifications are sent out. Three (3)
copies of the submittals should be sent to Ms. Willien Cunningham,
CENAN-EN-MR, Room 2037, 26 Federal Plaza, New York, NY 10278, (212)
264-9123. Posted 05/13/99 (W-SN331041). (0133) Loren Data Corp. http://www.ld.com (SYN# 0024 19990517\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|