|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1996 PSA#1567US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR 26
Federal Plaza, Rm 2133, New York, N.Y. 10278-0900 C -- ARCHITEC ENGINEER SERVICES FOR REAL PROPERTY MASTER PLANNING AND
GIS SUPPORT, FOR DRUM, NY SOL CBAEEN-5093-0024 POC Willien Cunningham
(212)264-9123 CENAN-EN-MR. The U.S. Army Corps of Engineers, New York
District will require the services of a qualified Architect-Engineer
firm for preparing specific components of the Real Property Master Plan
and creation of an interactive GIS database for Fort Drum, NY. Project
Information: Planning will consist of preparing the Long Range
Component and Capital Investment Strategy, to include related
development plans and the Tabulation of Existing and Required
Facilities, and the Short Range Component. The Long Range Component
(LRC) will include preparation of multiple, customized narrative,
tabular and graphic or mapped products and reports defining long range
development potentials, existing facilities and infrastructure
capabilities, land use planning and environmental and other constraints
which limit development. The Capital Investment Strategy (CIS) will
determine facility and infrastructure requirements to support a defined
population, analyze and evaluate possible solutions to shortfalls,
perfrom economic analyses, determine environmental impacts and recommed
a course of action for solving the deficits, consistent with the Long
Range Development Plan. The short Range Component (SRC) will provide
definitive and supporting information on the real property requirements
of the installation in order to make informed decisions on assets
management, project priorities and most effective use of limited
resources in the CIS. Additional planning support may include range
master planing, preparation of programming documents, environmental
analyses, building utilization studies, Commander's vision documents,
revisions to the Installation Design Guide and development of interior
design standards. GIS support work will consist of aerial photography,
mapping and population of the database structure with both digital
graphics and alphanumeric data reflecting both current and future
conditions as determined in the Real Property Master Plan. Limited
database restructuring may be required to accommodate unique user
requirements and/or specialized mapping information. Data will be
gathered and recorded for specifed terrain and environmental features,
structures and utility systems. Technical narrative reports will be
required. Work submittals will include a flight plan, aerial
photographic index, aerial photographs, the database, a database user's
manual and product maps and plans. The database will be prepared in a
format compatible with Intergraph MicroStation 5.XMGE/GIS and TSSDS.
Additional GIS work may include development of photo mosaics,
orthophotos, enhanced mapping applications and digitized or scanned
floor plans. Firms desiring consideration must have a sound knowledge
of Army master planning and be familiar with the automated Program
Administration and Execution (PAX) system. The specific abilities and
disciplines required are: Project Manager, Planner, GiS Systems
specialist/Programmer, Civil Engineer, Mechanical Engineer, Electrical
Engineer, Architect, Landscape architect, Environmental Specialist,
Cost Engineer, Photogrametrist, Stereo Plotter Operator, Technicians,
CADD Operator, Aerial Photographer/Pilot, Surveyors. lead disciplines
should be registered or certified in their respective disciplines.
Firms which do not have full in-house capabilities must demonstrate how
they will manage subconsultants and insure quality control. Firms must
identify in their submittal the working office and the personnel per
discipline available at the working office. Special Qualifications: The
firm must have experience in Military Master Planning and GIS systems.
Firms should be familiar with the automated Program Administration and
Execution (PAX) system. Responding firms should indicate their ability
to access an electronic bulletin board and Automated Review Managament
System (ARMS) via a Hayes or Hayes compatible modem, through an IBM or
compatible PC. In addtion firms should indicate their Intergraph CADD
& GIS abilities. Closing date for submitting SF255: 30 days after
advertising date. If this date falls on a Saturday, Sunday, or Holiday
the Closing date will be on the next business day. Firms should submit
their qualifications on 11-92 version of SF255 and SF254. SF254 should
reflect the overall firms capacity, whereas, SF255 should reflect only
the personnel dedicated to the specific project referenced in the
submittal. If subconsultants are to be utilized, a SF254 must be
submitted for each subconsultant. These quidelines should be closely
followed, since they constitute procedural protocol in the manner in
which the slection process is conducted. Evaluation factors in
descending order of importance: A. Professional qualifications
necessary for satisfactory performance of required services. B.
Specialized experience and technical competence in the type of work
required. C. Capacity to accomplish the work within the required time.
D Past performance on contracts with government agencies and private
industry in terms of cost control, quality of work and compliance with
performance schedules. e. Knowledge of the locality and location in
the general geographical area of the New York District boundaries
provided that application of this criterion leaves an appropriate
number of qualified firms, given the nature and size of the project.
Note: Firms are encouraged to submit from any geographical area. F.
Extent of participation of small businesses, small disadvantaged
businesses, historically black colleges and unversities, and minority
institutions in the proposed contract team, measured as a percentage of
the total estimated effort. G. volume of work previously awarded to the
frim by the Department of Defense, with the object of effecting an
equitable distribution among qualified A/E firms, including small and
small disdavantaged business firms and firms that have not had prior
DoD contracts. Start date/Completion: September 1996 to October 1998.
Small and small disadvantaged firms are encouraged to participate as
prime contractors or as members of joint ventures with other small
business. All interested large firms are reminded that the successful
firm will be expected to place subcontracts to the maximum practicable
extent with small and small disadvantaged firms in accordance with
Public Law 95-507. If a large business firm is selected, a small
business subcontracting plan will be required prior to award. Firms
which have not previously applied for New York District projects and
firms which do not thave a current SF 254 on file with the New York
District should submit two to the SF254 with this initial response to
CBD announcement. Firms using consultants should submit copies of the
LSF254 for their consultants. Four(4) copies of the submittals should
be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, 26 Federal
Plaza, New York, NY 10278, (212)264-9123. Notification of all firms
will be made within 10 calendar days after approval of the Final
Selection. Notifications will not be sent after preselection approval.
The notification will say the firm was not among the most highly
qualified firms and that the firm may request a debriefing. The A/E's
request for a debriefing must be received by the selection chairperson
within 30 calendar days after the date on which the firm received the
notification. Debriefing(s) will occur within 14 calendar days after
receipt of the written request. Copies of all SF254's & SF255's of all
firms, who are not shortlisted, will be held for 30 calendar days
after notifications are sent out. (0094) Loren Data Corp. http://www.ld.com (SYN# 0014 19960404\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|