COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27, 2000 PSA #2715
SOLICITATIONS
C -- 8A COMPETITIVE CONTRACT (FAR 19.805-1(D)) ARCHITECT-ENGINEER SERVICES FOR SUPPORT OF THE DISTRICT OF COLUMBIA PUBLIC SCHOOLS (DCPS) CAPITAL IMPROVEMENTS PROGRAM AND OTHER BALTIMORE DISTRICT MISSIONS
- Notice Date
- October 25, 2000
- Contracting Office
- Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
- ZIP Code
- 21201-1715
- Solicitation Number
- DACW31-01-R-0002
- Response Due
- November 28, 2000
- Point of Contact
- Susan Sonenthal 410-962-7646
- E-Mail Address
- susan.j.sonenthal@nab02.usace.army.mil (susan.j.sonenthal@nab02.usace.army.mil)
- Description
- SUBJECT: C-8A Competitive Contract (FAR 19.805-1-(D)) Architect-Engineer services for Support of the District of Columbia Public Schools (DCPS) Capital Improvements Program and Other Baltimore District Missions DACW31-01-R-0002 (Previously advertised as DACW31-00-R-0002 on 10/4/00). This CBD announcement replaces in its entirety the CBD announcement dated October 4, 2000. Authority from the Small Business Administration (SBA) has been granted to procure Architect-Engineering Services under 8 (a) competitive procedures to support the District of Columbia Public Schools (DCPS) Capital Improvements Program and other missions of the Baltimore District. The size standard for this announcement is $4,000,000 average annual receipts over the last 3 fiscal years; the Standard Industrial Classification Code (SIC) is 8711; the North American Industry Classification (NAICS) is 54133. Up to two (2) awards will be made under competitive 8A procedures. Each contract will be for a base period of up to 12-months, with two option periods of up to 12 months each. The contract amount (base period plus options) will not exceed $3,000,000 and will not exceed $1,000,000 per period. Individual task orders will not exceed $1,000,000. During the base period, the initial task orders will not be less than $20,000; any initial task orders for option periods will not be less than $10,000. The firms selected must be capable of responding to and working on multiple task orders concurrently. Subsequent task orders will be assigned based on the AE's workload, specialized experience, customer satisfaction, and project requirements. Contracts may be issued up to nine months after selection approval and will be issued based on the order of ranking of the firms by the selection board. The number of contracts that will be issued will depend on the amount of work that will be required. Project Information: The work may consist of general architectural and engineering services, systems/facility design, project development and engineering services during construction. Systems design may include building wide systems such as HVAC, plumbing, windows, electrical, security and cable management systems. Facility design may consist of renovation of existing facilities and/or construction of various new facilities. Project development services may require preparation of study reports based on existing or future conditions (coordinated among all the professional disciplines) and containing descriptions of existing facilities, building deficiencies, recommended solutions/actions with concept sketches, calculations, cost estimates, photographs, drawings, construction phasing, and verification of existing asbestos/lead based paint surveys. Project development services may also include obtaining permit approval with various DC agencies, including but not be limited to the District of Columbia Regulatory Agency (DCRA), Commission of Fine Art, the State Historical Preservation Office and the National Capital Planning Commission. Engineering services during construction may consist of shop drawing reviews, consultation on proposed construction change orders, and/or preparation of cost estimates to support construction change orders. The firm may also be required to prepare construction phasing plans and other services, which may include, but not limited to, preparation of operation and maintenance manuals, and commissioning/start-up/fit-up design support. Discussions and interviews (in-person) are anticipated for those firms judged to be most highly qualified. One or the selected AE firms may be required to design and implement an entire work management plan to support/manage a continuous/annual operation and maintenance program for DCPS. SELECTION CRITERIA: The selection criteria listed below is in descending order of importance: A. The firm must demonstrate specialized and technical competence and accomplishments in: (1) General architectural and engineering services, (2) renovation of existing facilities in the last 6 years, (3) Design of new facilities, (4) Preparation of planning/programming documents and studies, (Design of building wide systems), (5) Coordination, submission and presentation to the Council of Fine Arts, State Historical Preservation Office and/or National Capital Planning commission and obtaining permits. B. The key disciplines that are required are: (1) Registered and licensed personnel for the following disciplines: Architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, and industrial hygienist. In lieu of registered fire protection engineer, a registered architect or a registered engineer whose principal duties are fire protection engineering and who is a full member in good standing of the Society of Fire Protection Engineers will be accepted; and (2) interior designer, plumbing engineer, cost estimator, and landscape architect. The evaluation will consider each person's education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders concurrently. C. Work Management: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any significant consultants on similar projects. The SF 255 shall clearly indicate the staffing of the office indicated to do the work. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Note 24 is written in detail in any Monday issue of the CBD. Interested firms must submit a SF255 for the prime. SF 254s must be submitted for the prime and for each consultant. These forms shall be submitted to the above address not later than 4:00PM on 28 November 2000. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. Only one copy of a submission (SF 255/SF254) is required at this time. Short listed firms may be requested to submit up to 2 additional copies of their proposal. The Baltimore District does not retain SF 254's on file. In block 9 of the SF 255, the prime shall provide contract award dates for all projects listed in that section. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. A paper copy may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414 or Contact CCR web site at http://www.ccr2000.com. Firms should include a copy their letter of acceptance into the 8(a) program from the Small Business Administration. Firms should also include a copy of their proof of CCR registration. Both the SBA acceptance letter and the CCR proof of registration should be provided in Section 10 of the SF 255. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000, Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be reached at 410-962-7646 and via Internet susan.j.sonenthal@nab02.usace.army.mil. Solicitation packages are not provided. This is not a request for proposal. Personal visits for the purpose of discussing this announcement will not be scheduled. Mitchell/CENAB-CT-O Huber/CENAB-DB Sonenthal/CENAB-CT-O-AE
- Record
- Loren Data Corp. 20001027/CSOL006.HTM (W-299 SN5051H0)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|