|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1995 PSA#1350U.S. Army Engineering District, Europe, CETAE-CM-A, CMR 410, Box 12,
APO AE 09096 or Box 12, Konrad Adenauer Ring 39, 65187 Wiesbaden,
Germany C -- ARCHITECT-ENGINEER SERVICES FOR PLANNING, PROGRAMMING AND CONCEPT
DESIGN IN EUROPE, MIDDLE EAST, AFRICA, AND THE FORMER SOVIET STATES SOL
Control Numbers 5632 and 5634 DUE 061995 POC POC for questions: Joe
Mitkevicius, 011-49-69-5961640 SERVICES REQUIRED: Multi-disciplined A-E
services are required for miscellaneous master planning, facility
master planning, programming, and concept design throughout Europe, the
Middle East, Africa, and the former Soviet States. It is anticipated
that two Indefinite Delivery Type (IDT) contracts will be awarded as a
result of this announcement. The contracts will be valid for one year,
and will include an option clause in accordance with the Federal
Acquisition Regulations making possible an extension for an additional
year. One-year, not-to-exceed limits for each contract of $ 4,000,000
will apply. Individual delivery orders will not exceed $ 750,000.
Anticipated contract award September 1995. PROJECT INFORMATION: The
anticipated usage for these contracts will include but not be limited
to all types of Real Property Master Planning and Master Planning
updates, Digital CADD Mapping, Facility Utilization Surveys, Facility
Allowance Analysis, Project Planning and Programming, Installation
Design Guides, Project Economic and Market Analysis, Security Studies,
Natural and Cultural Resources Master Planning, Threatened and
Endangered Species Surveys, Facility Handicap and Life Safety Surveys
to comply with the Americans with Disabilities Act (ADA). The client
agency is U.S. Army Engineer District, Europe. Projects may be
performed for the following agencies; U.S. Army Europe, U.S. Air Forces
in Europe, U.S. Army Medical Command, the Department of State,
Department of Defense Dependents Schools, Defense Logistics Agency, and
any other agency within the geographic area of responsibility of the
Europe District. SELECTION CRITERIA: See Note 24 for general selection
process. The selection criteria, listed in order of importance, are:
(A) Specialized experience within the last five (5) years in the type
projects listed in section entitled ''Project Information.'' (B)
Adequate professional personnel in sufficient numbers to handle several
simultaneous delivery orders. Personnel required: Architects, Master
Planners, Interior Designers, Landscape Architects, Civil, Electrical,
Structural and Mechanical Engineers, Environmental Scientists and Land
Surveyors with experience in related project categories listed in
section entitled ''Project Information.'' (C) Proven capability to
perform overseas projects, primarily at U.S. military installations in
Europe. (D) Management Plan: This plan must show in block 10 of the SF
255, as a minimum, details of lines of supervision and communication,
and working relationships between teams, particularly Joint Venture
Partners and Sub-consultants. (E) Past performance on Department of
Defense and other contracts with respect to cost control, quality of
work and compliance with performance schedules. (F) CADD Capability:
Firm must have capability to provide all project mapping and data on
electronic media in a format compatible with Intergraph Microstation 32
(UNIX) software, Version 5.0 or higher, with non-graphic data 100%
compatible with Oracle Version 6.0 or higher. A summary of the firm's
CADD capability must be included in Paragraph 10 of the SA 255. (G)
Volume of DOD contract awards in the last 12 months as described in
Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Firms which meet the requirements described in this
announcement are invited to submit a SF 255, and a SF 254, (Separate SF
254's are required for each Partner in a Joint Venture) with their
letter of interest to this office. Only the Nov 92 (11/92) edition of
the SF 255 and SF 254 will be accepted. A current (within one year old)
SF 254 for each firm shown in Block 6 of the SF 255, ''Outside Key
Consultants or Associates'', is also required. Firms will be rejected
for outdated SF 254s. Block 4 of the SF 255 must show only the staff
(including all sub-consultants) available to perform the anticipated
work. Disciplines shown on the SF 255 and SF 254 must clearly delineate
full time, free-lance and subcontracted personnel on the staff of each
firm. All submissions are to be made in one copy. Do not include
promotional brochures, advertisements, or other extraneous material in
your submissions. Limit the total number of project examples to 10 in
the SF 255 and 30 examples in the SF 254 as specified in the
instructions. Limit resumes under Par. 7 of SF 255 to 1 or 2 key
personnel in each required discipline. Limit Par. 10 of SF 255 to 10
pages or less. Include your firm's FAX number in the submittal. All
submittals must be received in this office by COB (1630 hrs local time)
thirty (30) days after publication of this announcement in the Commerce
Business Daily. If the 30th day is a Saturday, Sunday, or U.S. Federal
Holiday, the deadline is the close of business of the next business
day. Please note: Firms sending submittals via air courier service
should state the content value to be no cost or zero. If a monetary
value is indicated on the package, the package will be delayed due to
customs clearance. Europe District is not responsible for such delays
which affect late receipt of submittals. Europe District Telefax No is
011-49-69-593840. No other general notification to firms in the US
will be made. Personal visits to discuss this project will not be
scheduled. This announcement has been simultaneously announced in
Europe. No further action beyond submission of the SF 255 and SF 254s
is required or encouraged at this time. This is not a request for
proposal. No written or telephone requests for a solicitation package
will be accepted or responded to. (0137) Loren Data Corp. http://www.ld.com (SYN# 0030 19950518\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|