|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1995 PSA#1496U.S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 C -- ANNUAL ANNOUNCEMENT FOR IDT CONTRACTS FOR MISCELLANEOUS AE
SERVICES, UNDER THE JURISDICTION OF SAVANNAH DISTRICT SOL DACA21 POC
Joel B. Kreger at 912/652-5465. 1. CONTRACT INFORMATION: The Savannah
District, U.S. Army Corps of Engineers, requires the services of
Architect-Engineer firms for numerous Multidiscipline Indefinite
Delivery Type (IDT) contracts. Contracts awarded as a result of this
announcement will be administered **** (1) by Savannah District for use
on projects under its jurisidiction or **** (2) by Directorate of
Public Work/Base Civil Engineer offices at specific Army and Air Force
installations within GA, SC and NC **** Contracts awarded as a result
of this announcement may also be for civil works project studies and
designs in the event of natural disasters. **** Contract limits and
contract time will be determined at the time of selection. Typically
contracts will be for a one year period with a maximum of $750,000
limit for a basic year and a one year option with a maximum of $750,000
limit per year. Delivery orders will be limited to a maximum of
$150,000. This announcement is open to to all firms regardless of size.
Large business offerors must identify subcontracting opportunities with
small business, and small disadvantaged business on SF 255. If selected
the large business offeror will be required to submit a small/small
disadvantaged & women owned subcontracting plan in accordance with FAR
52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal
package. The following subcontracting goals are the minimum acceptable
goals to be included in the subcontracting plan. OF THE SUBCONTRACTED
WORK, 60% TO SMALL BUSINESS; 10% TO SMALL DISADVANTAGED BUSINESS (A
COMPOSITE OF SMALL BUSINESS); 4% TO WOMEN-OWNED BUSINESS (A COMPOSITE
OF SMALL BUSINESS). Large business firms that intend to do any
subcontractng must convey their intent to meet the minimum
subcontractor goals on the SF 255, Block 6. Written justification must
be provided if the minimum goals cannot be provided. For additional
information concerning SUBCONTRACTING PLAN requirements, please contact
Ms. Ophelia Kendricks, Contract Specialist, at 912/652-5072. **** 2.
PROJECT INFORMATION: Delivery orders to be issued under these contracts
may include design of NEW facilities AND O&M projects reated to
additions and alterations of buildings, road, drainage and utility
systems, engineering studies, project planning, topographic surveying
to support designs, lead based paint and asbestos
sampling/analysis/abatement design, and air monitoring during the
abatement/construction process, shop drawing review, construction phase
services and preparation of O&M manuals. Firms must indicate in Block
10 the type of CADD system they employ and if their system is not
Intergraph identify how they would translate drawing files to
Intergraph and described previous translation experience. **** 3.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance.
Criteria a-e are primary. Criteria f-g are secondary and will be only
used as ''tie-breakers'' among technically equal firms. **** a.
Specialized experience and technical competence in: (1) Design of new
buildings, roads, drainage and utility systems. (2) Design of additions
and alterations of buildings, road, drainage and utility systems. (3)
Engineering studies and project planning. (4) Topographic surveying.
(5) Lead based paint and asbestos sampling/analysis/abatement design
and air monitoring during abatement/construction process. (6) Shop
drawing review, construction phase services and preparation of O&M
manuals. (7) Producing CADD drawings and translation experience. ****
b. Past performance on DoD and other contracts with respect to cost
control, quality of work and compliance with performance schedules.
**** c. Capacity to accomplish multiple simulataneous delivery orders
and provide staff in the following disciplines: architect, civil,
structural, mechanical, fire protection and electrical engineers,
industrial hygienists, and topographic surveyors. Please disregard the
''to be utilized'' statement at Block 4 of SF 255 and show the total
strength of each discipline. **** d. Professional qualifications of key
management and professional staff members. The design team must include
a Registered Fire Protection Engineer whose principle duties are fire
protection engineering or a Registered Architect or Registered Engineer
who is a full member in good standing of the Society of Fire Protection
Engineers (SFPE). **** e. Knowledge of locality as it pertains to
geological features, environmental and climatic conditions and local
construction methods used on projects uder Savannah District
jurisdiction and/or location in the general geographical area of
specific military installations in the 3 state area. **** f. Degree of
participation of SB, SDB, WOB, HBCU or MI as prime contractor,
subcontractor or joint venture partner. **** g. Volume of DoD contract
awards in the last 12 months as described in Note 24. **** 4.
SUBMISSION REQUIREMENTS: RESPONSES ON FILE FROM LAST YEARS ANNOUNCEMENT
WILL BE DISCARDED. ALL FIRMS DESIRING CONSIDERATION MUST SUBMIT A NEW
RESPONSE. Responses to this announcement will be used for IDT contract
selections through January 31, 1997. This announcement is non-closing
and firms may submit a SF 255 and SF 254 at anytime during 1996. Firms
desiring consideration shall submit ONE (1) copy of SF 255 (11/92
VERSION ONLY WILL BE ACCEPTED) for prime and ONE (1) copy of SF 254 for
prime and each consultant. Include the prime's ACASS number in Block 3b
of SF 255. For ACASS information call 503/326-3459. NO FAXED SUBMITTALS
WILL BE ACCEPTED. Cover letters and extraneous material (Brochures etc)
ARE NOT desired and WILL NOT be considered. Firms selected will be
required to submit a Design Quality Assurance Plan concurrently with
their fee proposal. Information on what is to be contained in this plan
will be furnished upon notification of selection. Firms responding to
this announcement are requested not to transmit this plan with their SF
255. **** PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****
PERSONAL VISITS for the purpose of discussing this announcment WILL NOT
BE SCHEDULED. **** THIS is NOT a REQUEST for a PROPOSAL. (0354) Loren Data Corp. http://www.ld.com (SYN# 0021 19951221\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|