Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 11,1999 PSA#2407

Department 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