|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1999 PSA#2407Department of The Army, Headquarters Fort Dix, Attn: AFRC-FA-DCC (Bldg
5418), Fort Dix, NJ 08640-6150 A -- ARCHITECT AND ENGINEERING SERVICES FOR FORT DIX, NEW JERSEY SOL
CONTRA9000-0014 DUE 092499 POC Beth-Ann Mendell, (609) 562-4869 E-MAIL:
denise.mccarthy@dix.army.mil, beth-ann.mendell@dix.army.mil. A-E
Services for the preparation of design and construction documents
including plans, specifications, cost estimates, design analyses, and
construction services for various projects primarily within the
boundaries of Fort Dix as required by the Directorate of Public Works,
Fort Dix, New Jersey. Solicitation No. CONTRA-9000-0014. The design
services that may be required will consist of but not limited to one or
more of the following: rehabilitation/construction of buildings,
building repairs, additions and alterations, road and site
improvements, sanitary and storm water systems, utility systems, HVAC
and plumbing systems, fire protection systems, electrical distribution
systems, telecommunication systems, fire alarm systems, asbestos, lead
and PCB abatement. An Indefinite Delivery Contract (IDC) will be
negotiated and awarded for a period of one (1) year with two (2) Option
years. Task Orders for each of the contract years shall not exceed
$500,000.00 and each task order will not exceed $200,000.00. The
cumulative total of all Task Orders for both the base year and both
option years shall not exceed $1,500,000.00. Task Orders for each
contract period may be issued for a period of one year from the date of
contract award. The Government has the right to exercise an option
after the monetary limit is reached prior to the expiration of the base
year. The Governments obligation to guarantee a minimum amount for
payment will apply to the base year and all subsequent option years.
The guaranteed minimum is $10,000 for the base year and $5,000 for each
of the option years. The contract is anticipated to awarded in October
1999. This announcement is being solicited on an unrestricted basis.
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 in accordance with
FAR 52.219-9, "Small Business and Small Disadvantaged business
Subcontracting Plan." For informational purposes, the Small Business
Size Standard is $2.5 million in annual average gross revenues for the
last three (3) fiscal years. SELECTION CRITERIA: The following are the
selection criteria in descending order of importance. A. PROFESSIONAL
QUALIFICATIONS: The selected firm must possess personnel registered in
the state of New Jersey with experience in the following disciplines;
Architectural, Civil, Structural, Mechanical, Electrical, and
Environmental Engineering capabilities including Topographical and
Geotechnical Surveying capabilities are required. The firm must also
identify a Fire Protection/Detection Specialist and Designer,
Industrial Hygienist, Lead/Asbestos Abatement Inspector, Specification
Writer, and Cost Estimator. Familiarity with Military Design is
preferred for major disciplines. Full in-house capability is preferred.
Firms not having full in-house capability must demonstrate how they
will manage subcontractors and insure quality control. The firm shall
identify the quantity and number of personnel in each discipline
available in their working office. B. SPECIALIZED EXPERIENCE AND
TECHNICAL CAPABILITY: Previous experience with design of projects on
military installations/academic environment is preferred. Experience in
the preparation of 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 should indicate their CADD
capability and Intergraph compatibility. The firm shall be required to
utilize the Headquarters U.S. Army Corps of Engineers (HQUSACE) Guide
Specifications for Military Construction to the maximum extent
practical in preparing the technical specifications for military
construction projects, except for minor highway work. The selected firm
will be responsible for obtaining current copies of HQUSACE at this own
expense for preparation of the project specifications. Commercial firms
offering services for providing HQUSACE Guide Specifications on various
electronic media for use with PC word processing systems include the
National Institute of Building Sciences, telephone (202) 347-5710 and
CSI Data Services, telephone (800) 235-3515. C. CAPACITY TO ACCOMPLISH
WORK: Firms must demonstrate the ability to complete work within the
required time frame specified for each individual task order, including
multiple task orders. Provide examples of both in Block 10 of the SF
255. D. PAST PERFORMANCE: Past performance on contracts with government
agencies and private industry in terms of cost control, quality of work
and compliance with performance schedules. Provide any recent ACASS
Evaluations, (excellent performance evaluations on projects that have
recently been completed will be considered). E. LOCATION: Location in
the general geographical area of the Fort Dix boundaries and knowledge
of the localities provided that application of this criterion leaves
an appropriate number of qualified firms, given the nature and size of
the project. F. Volume of work previously awarded to the firm by the
Department of Defense during the past 12 months. Firms shall indicate
in their submission the 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. SUBMISSION
REQUIREMENTS: Closing date for submitting SF-254's and SF-255's: 4:30
P. M., 24 September 1999. If this date falls on a Saturday, Sunday, or
Holiday the closing date will be on the next business day. This is NOT
a Request for Proposal (RFP). All requirements of this announcement
MUST be met for a firm to be considered responsive. In order to receive
a contract resulting from this announcement firms MUST be registered in
the Central Contract Registry (CCR). These guidelines should be closely
followed since they constitute procedural protocol in the manner in
which the selection process is conducted. Firms must submit their
qualifications on 11-92 version of SF-225 and SF-254. SF-254 should
reflect the overall firm's capacity, whereas, SF-255 should reflect
only the personnel dedicated to the work to be performed on this
contract. The SF-255 shall contain no more than 15 projects for the
prime and any subcontractors combined. Block 3 of the SF 255 shall
include the Prime Firm's ACASS ID Number, CAGE Code, and DUNS number.
Small and small disadvantaged firms are encouraged to participate as
prime contractors or as members of joint ventures with other small
business. Firms shall submit four SF-254 packages with this initial
response to CBD announcement. Supplemental information, such as cover
letters will not be taken into consideration. Submittals submitted by
FAX will not be accepted and considered non-responsive. Firms using
consultants should submit copies of the SF-254 for their consultants.
Prior to final selection, firms considered Most Highly Qualified to
accomplish the work may be interviewed by telephone or by formal
presentation. Notification of to firms shall be made within 10 calendar
days after approval of the Final selection (those firms eliminated
after preselection approval shall also received notification within 10
days). The A/E's request for debriefing must be received by the
selection chairperson within 30 calendar days after the date on which
the firm received the notification. Debriefing(s) will occur within 5
calendar days after written request. Copies of all SF 254s and SF 255s
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. Beth Mendell, AFRC-FA-DCS, Room 330,
Bldg5418, 3rd Floor East Wing, Fort Dix, New Jersey, (609) 562-4869.
Posted 08/09/99 (W-SN365327). (0221) Loren Data Corp. http://www.ld.com (SYN# 0007 19990811\A-0007.SOL)
A - Research and Development Index Page
|
|