|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 3,1996 PSA#1502Department of the Army, Baltimore District, Corps of Engineers, P.O.
Box 1715, Baltimore, MD 21203-1715 C -- A-E SERVICES ARE REQUIRED FOR TWO (2) INDEFINITE DEILERY-TYPE
(MULTI-DISCIPLINE) CONTRACTS FOR TOBYHANNA ARMY DEPOT, PA BUT MAY BE
USED THROUGHOUT THE BALTO DIST SOL DACA31-96-R-0020 POC Mary P
Cunningham (410)962-3953 17. 1. CONTRACT INFORMATION:
Architect-Engineer services are required for use at Tobyhanna Army
Depot, Pa., but maybe used throughout the Baltimore District. Two
indefinite delivery contracts will be negotiated and awarded with a
base period of one year and an option period of one year. Individual,
fixed-priced delivery orders will not exceed $150,000, and the annual
ceiling for the base year and the option year is $750,000. This
announcement is open to all businesses regardless of size.
SUBCONTRACTING PLAN REQUIREMENTS: If a large business is selected 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.
A minimum of 25% of the total planned subcontracting dollars shall be
placed with small business concerns. At least 5 percent of total
planned subcontracting dollars shall be placed with small disadvantaged
businesses, including Historically Black Colleges and Universities or
Minority Institutions, and 5% with women-owned businesses. The plan is
not required with this submittal.The subcontracting goals for each
contract are that a minimum of 40 percent of the contractor's intended
subcontract amount be placed with small businesses (SB), including
small disadvantaged businesses (SDB), and 8 percent be placed with SDB.
The plan is not required with this submittal. 2. PROJECT INFORMATION:
The primary work may consist of preparation of reports, studies, design
criteria, design and other general architect-engineering services for
alterations, renovation, maintenance and repair, and new construction
projects. Work may include interior and exterior architectural
renovations (administrative office, latrines, lobby and common areas,
exterior finish) reroofing, paving, electrical substations and
distribution system, lighting, HVAC, heating systems, plumbing,
landscaping, concrete and masonry restoration, water systems, sanitary
sewages, storm sewer,, handicapped accessibility, industrial shop
renovations, and new building construction. The firm shall also have
the capbility to provide other multi-discipline engineering services,
including: architecture, civil, structural, plumbing, sanitary, and
geotechnical engineering; fire protection, cost estimating; asbestos
and lead paint survey, testing, and abatement design. The staff must be
capable of responding to multiple work orders concurrently. 3.
SELECTION CRITERIA: See Note 24 for general A-E selection process. The
selection criteria are listed below in descending order of importance
(first by major criterion and then by each sub-criterion). Criteria
a-d are primary. Criteria e-f are secondary and will only be used as
''tie-breakers among technically equal firms. a. Specialized experience
and technical competence in (1) design services related to new
renovation, alteration, maintenance and repair work (2) asbestos
services: asbestos abatement design services, such as survey, design,
contract specifications, cost estimates and construction procedures (3)
lead paint services (4) stormwater management services, obtaining all
necessary state permits, etc., and providing design services for
stormwater management and sediment and erosion control (5) The products
are not required to be performed using a specific CADD system. However,
the firm will be required to provide any digitizing and/or translation
services necessary to deliver the final design products in AUTOCADD
Release 12 on 3-1/2 inch high density diskettes formatted for 1.44 MB.
(6) cost estimating b.Qualified personnel: The evaluation will
consider education, training, registration, overall and relevant
experience, and longevity with the firm. c. Past performance on DoD and
other contracts with respect to cost control, quality of work, and
compliance with performance schedules. d. Capacity to perform multiple
delivery orders concurrently. The evaluation will consider the
experience of the firm and any consultants in similar size projects,
and the availability of an adequate number of personnel in key
positions. If the AE firm does not currently possess Industry Security
Clearance, or cannot divest foreign ownership, will not be considered
eligible. Certain phase of these projects will be restricted to U.S.
citizens who can successfully obtain a National Agency Check with
inquires (NACI) e. Extent of participation of SB, SDB, historically
black colleges and universities, and minority institutions in the
proposed contract team, measured as a percentae of the total estimated
effort. f. Volume of DoD contract awards in the last 12 months as
described in Note 24. 4. SUBMISSION REQUIREMENTS: Firms desiring
consideration should submit appropriate data as described in Numbered
Note 24 including SF 255. SF 255 must be submitted for prime and joint
ventures. SF 254 must be furnished for prime, joint venture(s), and
consultant(s). The 255 and 254 shall clearly indicate the staffing of
the office indicated to perform the work. Responses to this
announcement must be received no later than January 22, 1995. Include
the firm's ACASS number in SF 255, Block 3b. Street address: City
Crescent Building, ATTN: Mary P. Cunningham, Room 7000, 10 South Howard
Street, Baltimore, Maryland 21201. This is not a request for proposal.
(0363) Loren Data Corp. http://www.ld.com (SYN# 0003 19960102\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|