|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1996 PSA#1570Department of the Army, Baltimore District, Corps of Engineers, Room
7000, 10 South Howard Street, P.O. Box 1715, Baltimore, MD 21201-1715 C -- ARCHIT.-ENG. SVCS. ARE REQ. FOR TWO (2) INDEFINITE DELIVERY-TYPE
(ENVIRONMENTAL) CONTRACTS, FOR FT. GEORGE MEADE, MD, MAY BE USED
THROUGHOUT THE BALTO. DIST. SOL DACA31-96-R-0039 POC Contact Mary A.
Riche (410) 962-4880 1. CONTRACT INFORMATION: Architect-Engineer (A-E)
Services are required for Two (2) Indefinite Delivery-Type
(Environmental) Contracts for use by Fort George G. Meade, MD, but may
be used throughout the Baltimore District. Contract will be for a
12-month period and will contain an option to extend for 12 additional
months. Cumulative total of this contract shall not exceed $750,000.00
per year. Individual delivery orders shall not exceed $150,000.00.
Contract will be a firm fixed price. 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. A minimum of 25%
of the total planned subcontracting dollars shall be placed with small
business concerns. At least 8 percent of total planned subcontracting
dollars shall be placed with small disadvantaged businesses, including
Historically Black Colleges and Universities or Minority Institutions,
and at least 5 percent with Women-Owned Businesses (WOB). The plan is
not required with this submittal. 2. PROJECT INFORMATION: Work may
consist of preparation of reports, studies, testing, sample analysis,
design criteria, management plans for lead and asbestos contaminated
materials, design and other general/multidiscipline
architect-engineering services for environmental alterations,
renovation, maintenance and repair, and minor construction projects.
Concentration of work will be in environmental engineering, sampling,
testing, industrial hygienist services and preparation of management
plans for various facilities at Fort Meade, and response to regulatory
agency program requirements under the CAA, CWA, CERCLA/SARA,
RCRA/HSWA, NEPA, OSHA and similar State statutes, sampling and
analysis, preparing written documentation permit support closures, etc.
The firm shall also have the capability to provide the architectural,
civil, structural, mechanical and electrical HVAC, plumbing, fire
protection, geotechnical and sanitary engineering; topographic
surveying and cost estimates. The firm shall have a minimum of one (1)
certified industrial hygienist (CIH). Work may include preparing
studies and design for storm water management, wetlands hydrology,
sediment and erosion control, and National Pollutant Discharge
Elimination System (NPDES) permitting (including obtaining all
necessary state permits, etc.) It may also include testing for other
HAZMAT in the form of asbestos containing material, lead based paint,
PCB and CFC. 3. SELECTION CRITERION: See Note 24 for general A-E
selection process. Firms must demonstrate capability to conduct
appropriate characterization, assessment and remedial planning and
design to identify and formulate corrective measures for environmental
projects and asbestos, lead based paint and PCBs. Firms must
demonstrate capability of responding to multiple work orders
concurrently. The products (deliverables) are required to be performed
using CADD automation programs. The A-E also shall be required to
provide any digitizing and/or translation services necessary to deliver
the final design product(s) in AutoCad Rel. 12 on 3-1/2 inch HD
diskettes formatted for 1.44 MB and WordPerfect 6.1. Specifications
will be prepared using SPECSINTACT. Cost estimates will be prepared
using M/CACES. 4. SUBMISSION REQUIREMENTS: Interested firms having the
capabilities to perform this work must submit an SF 255 and SF 254. An
SF 255 must be submitted for prime/joint ventures. SF 254's must be
submitted for prime, all firms involved in joint venture, and for each
consultant. Notwithstanding the statements to the contrary in General
Note 24 and Block 6 of the SF 255, only SF 254's submitted with the SF
255 will be considered in the evaluation. In SF 255, Block 3b, provide
the firm's ACASS number. In SF 255, Block 6, provide ACASS numbers for
each consultant. For ACASS information, call 503-326-3459. Solicitation
packages are not provided. Responses to this announcement received
within 30 days from the date of this issue will be considered for
selection. Street address: City Crescent Building, ATTN: Mary A. Riche,
Room 7000, 10 South Howard Street, Baltimore, MD 21201. This is not a
request for proposal.(0099) Loren Data Corp. http://www.ld.com (SYN# 0012 19960409\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|