|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17,1999 PSA#2498US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26
Federal Plaza, Rm 1843, New York, N.Y. 10278-0090 C -- ARCHITECT-ENGINEER FOR INDEFINITE DELIVERY CONTRACTS #43 & 44 FOR
GENERAL ARCHITECT/ENGINEERING SERVICES PRIMARILY ELECTRICAL/MECHANICAL,
PRIMARILY, FORT MONMOUTH BOUNDARIES AND ITS SURROUNDING AREAS. SOL
CBAEN9-340-0010 POC Willien Cunningham, Procurement Assistant
212-264-9123 Room 2037 Scope of services required: Preparation of
design and construction documents to include: plans, specifications,
cost estimates, design analyses and construction services for various
projects. Typical projects will include, but not limited in scope to
primarily mechanical and electrical engineering, i.e., HVAC systems,
plumbing, fire protection, and electrical systems for building systems,
revitalization and renovation or new construction. Secondarily,
architectural revitalization and renovations will be included in the
projects. Architectural revitalizations are usually limited to
commercial office space environments whereas mechanical and electrical
engineering services can include industrial type renovations required
for Research and Development type facilities, commercial office space
and utility systems. Also included are all other project types, such
as revitalization and renovation historic and residential buildings.
The selected firm shall also have the capability of performing design
reviews. These services will be provided under three (3) indefinite
delivery contracts. The cumulative amount of all delivery orders for
each contract will not exceed $250,000 per year and each delivery order
will not exceed $100,000. Delivery orders for each contract may be
issued for a period of one year from the date of contract award. Each
contract will include an option for one (1) additional year under the
same terms and conditions as the basic contract. 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 calendar days). The Government's obligation is to guarantee a
minimum amount of payment of $5,000for the first year and $2500 for the
second year. Two firms will be selected from this announcement.
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 thequantity and number of personnel in each discipline
available in their working office. A QA/QC plan must be included in the
submission. These specific abilities are required: Mechanical,
Electrical, Architectural, Civil and Structural, Engineering
capabilities including Topo/Geotech Surveying capabilities are
required. Since the A/E services are primarily Electrical and
Mechanical in scope, the prime should have full in-house capability
with these disciplines. Maintenance and repair design experience and
new construction design experience is required. Familiarity with
Military Design is preferred for major disciplines. The firm must also
identify a Fire Protection/Detection Specialist and Designer for this
contract. In addition, Geotech/Surveying and Cost Estimating
capabilities are required. Special Qualifications: Previous experience
with design of projects on military installations is preferred.
Responding firms must provide all documents via electronic media.
Production of drawings (CADD) must be accomplished in Microstation
version 95 or fully translated into a compatible format. Specifications
and design analyses shall be prepared using MS Word 97. Cost estimates
shall be accomplished in MS Excel 97.Closing date for submitting
SF255: 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 SF255 and SF254. SF254 should reflect the overall firms 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. 6. Demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design. (If
applicable)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 location of project.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. Start
date/Completion/date: Small and small disadvantaged firms are
encouraged to participate as prime contractors or as members of joint
ventures with other small businesses. All interested large firms are
reminded that the successful firm will be expected to place
subcontracts to the maximum practicable 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.10. 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
preselection 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 a debriefing must be received by
the selection chairperson within 30 calendar days after the date on
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 254's & SF 255's of all firms, who 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-M, Room 2037, 26 Federal Plaza, New York, NY
10278, (212) 264-9123. Posted 12/15/99 (W-SN408824). (0349) Loren Data Corp. http://www.ld.com (SYN# 0017 19991217\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|