|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 6,1995 PSA#1257Department of the Army, Baltimore District, Corps of Engineers, P.O.
Box 1715, Baltimore, MD 21203-1715 C -- FIRM-FIXED INDEFINITE DELIVERY (MULTI-DISCIPLINE) TYPE CONTRACT
FOR FORT INDIANTOWN GAP AND U.S. ARMY RESERVE CENTERS IN CENTRAL AND
EASTERN PA SOL DACA31-95-R-0019 POC Patty Hensley (410) 962-7718
Provide Architect-Engineer Services for Fort Indiantown Gap and U.S.
Army Reserve Centers in central and eastern Pennsylvania. Firms should
have in-house service capability to provide mechanical, electrical and
civil engineering, environmental services, and architectural services.
The firm must be capable of responding to multiple work orders
concurrently. ASBESTOS: Firms shall be capable of providing asbestos
abatement design services. CADD services: All AE firms shall be capable
of furnishing final design products using Auto-CADD Release 12 on 3-1/2
inch high density diskettes formatted for 1.44 MB. ESTIMATING: The AE
shall have the capability to prepare construction cost estimates.
Contract will be for a 12 month period and will contain an option to
extend for 12 additional months. Cumulative total of each contract
award shall not exceed $750,000.00. Individual delivery orders for each
contract shall not exceed $150,000.00. Responses to this announcement
must be received no later than 13 FEB 95 in order to be considered for
selection. Subcontracting Plan Requirements: If the selected firm is
a large Business Concern, a subcontracting plan with the final fee
proposal will be required, consistent with Section 806 (b) of PL
100-180, PL 95-507, and 99- 661 and 100-656. A minimum of 25% of the
total planned subcontracting dollars shall be placed with small
business concerns. At least 5% of total planned subcontracting dollars
shall be placed with small disadvantaged businesses, including
Historically Black Colleges and Universities or Minority Institutions.
Firms desiring consideration should submit appropriate data as
described in Numbered Note 24 including SF 254. SF 255 must be
submitted for prime and joint ventures. SF 254 must be submitted for
prime, joint ventures, and consultants. The 255 and 254 shall clearly
indicate the staffing of the office indicated to do the work. Street
address: City Crescent Building, ATTN: Patty Hensley, Room 7000, 10
South Howard Street, Baltimore, Maryland 21201. This is not a request
for proposal. (0004) Loren Data Corp. http://www.ld.com (SYN# 0015 19950105\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|