|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,1996 PSA#1587U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821,
LOUISVILLE KY 40202-2230 C -- POTENTIAL A/E SERVICES FOR DESIGN OF VEHICLE MAINTENANCE
FACILITIES PRIMARILY WITHIN THE LOUISVILLE DISTRICT BOUNDARIES OF KY,
IL, IN, TN, OH AND MI SOL W22W9K-6109-6093 DB POC Contract Specialist
Denise A. Bush (502) 625-7528 (Site Code DACA27) GENERAL CONTRACT
INFORMATION: a) Nature of work: A/E services are expected to be
required for such activities as site investigation, preparation of
plans, specifications, construction cost estimates, technical studies,
hazardous material surveys and analysis and abatement methodology in
the support of design and/or renovation of Vehicle Maintenance
Facilities at various military installations. These activities could
include complete building design, seismic design and/or upgrades;
acoustic separation; security systems; exterior and interior lighting;
paint spray areas; corrosion control; mechanical and electrical
systems to include HVAC systems and energy monitoring control systems,
design of fire alarm and protection systems; flammable/inflammable and
hazardous materials storage areas; bridge crane systems; site
surveying; road design and general site grading; utility analysis and
design to include electrical distribution, mechanical, storm and
sanitary systems; and asbestos, lead paint, radon, and PCB
investigations and abatement. Requirements could also include
construction management services, e.g. construction supervision,
preparation of record drawings, or the checking of shop and working
drawings, etc. A/E contracts will be awarded between June 1996 and May
1997 with this being the only announcement for the design of Vehicle
Maintenance Facilities within the Louisville District during the next
12 months. No projects of this type are currently authorized nor are
funds presently available for design. The Government's obligation
hereunder is contingent upon the availability of appropriated funds
from which payment for the contract purposes can be made. No legal
liability on the part of the Government for payment of any money shall
arise unless and until funds are made available to the contracting
officer for this procurement and notice of such availability to be
confirmed in writing by the contracting officer is given to the
contractor. The purpose of this announcement is to obtain a list of
most highly qualified firms interested in performing this type of work
with the list being maintained for a period of twelve (12) months from
the date of this advertisement. An A/E selected for a project under
this solicitation will be required to submit a project- specific design
quality control plan for approval as a condition of contract award
although this plan is not required with this initial submittal. Metric
design, in whole or in part, will be required for the authorized
projects unless otherwise specified. Construction cost estimating must
be accomplished using the Micro-Computer Aided Cost Estimating System
(M-CACES) software (software and database will be furnished).
Specifications must be electronically developed using Corps of
Engineers Guide Specifications (CEGS). All drawings must be
electronically developed. Any CADD system may be used but submittals
must be in accurately translated Intergraph Microstation format in
conformance with District Cadd standards unless otherwise specified. A
laboratory accredited in Bulk Asbestos Fiber Analysis given by the
National Institute of Standards and Technology (NIST) under the
National Voluntary Laboratory Accreditation Program (NVLAP) must be
identified for hazardous material testing as needed. It is our intent
to enter into a Partnering Agreement on all projects which could
require the selected A/E to attend an approximate one- day partnering
meeting to define the District's expectations of the A/E, create a
positive working atmosphere, encourage open communication, and identify
common goals. Significant emphasis will be placed on the A/E's quality
control procedures as the District will not review quality into the
project. A separate firm-fixed price contract will be negotiated and
awarded for each project. A list of at least three most highly
qualified and technically equal firms will be selected using the
primary criteria listed below. The firms will be ranked for order of
negotiation using the primary criteria listed below. The firms will be
ranked for order of negotiation using the secondary criteria listed
below. When a directive for the first project of this type is received,
negotiations shall begin with the top ranked firm. When a directive is
received for a subsequent project, or if negotiations with a firm for
a project are unsuccessful, negotiations shall begin with the next
ranked firm that has not been offered a contract for negotiation. If
the list of ranked firms is exhausted, the negotiation cycle shall
begin again with the top ranked firm. This announcement is open to all
businesses regardless of size. If a large business is selected to
negotiate a contract estimated to exceed $500,000, the firm shall be
required to present an acceptable Small Business and Small
Disadvantaged Business Subcontracting Plan in accordance with Public
Law 95-507 prior to award of the contracts. The current subcontracting
goals are 52.5% to Small Business, 8.8% to Small Disadvantaged
Business and 3.0% to Women-Owned Small Business. These percentages are
applied to the total amount of subcontracted dollars. b) Contract
Award Procedure: At least three most highly qualified firms will be
selected for future project consideration based on the factors (a)
through (h) below in descending order of importance, (a) through (d)
being primary and (e) through (h) secondary. When a project of this
type is authorized, an A/E will be selected from this list for
negotiations of a separate Firm Fixed Price Contract considering the
factors (b) through (h) in descending order of importance in relation
to the specific project requirements. A firm receiving a contract in
this manner will not be given consideration again within this time
frame until all firms on the list have been offered contracts. 2.
SELECTION CRITERIA: See Note 24 for general selection process
information. The selection criteria are as follows and must be
documented in the SF255: a) A designer and checker with education,
training, and specialized experience in architecture and in the fields
of civil, sanitary, hydraulic, geotech (soils engineering), structural
(independent of civil), mechanical, and electrical engineering are
necessary with at least one in each field professionally registered.
Additionally, professionals qualified by education, registration,
certification, and/or training in industrial hygiene and hazardous
material inspection and abatement methods are necessary. The hygienist
must be a Certified Industrial Hygienist (CIH) as certified by the
American Board of Industrial Hygienist (ABIH). The hazardous material
inspector must have successfully completed an EPA approved course for
building inspectors and asbestos management planners. b) Specialized
Experience and technical competence in vehicle maintenance facility
design and or renovation as evidenced by the resumes of the personnel
assigned to this project must be provided. Only resumes identifying the
professionalism and specialized experience of the design group are
necessary. Other available personnel may be specified in paragraph 10
of the SF 255. c) Capacity to complete the work in the required time.
d) Past performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules. e)
Superior performance evaluations on recently completed DOD contracts.
f) Geographical location and knowledge of the locality of the project.
g) Volume of DOD contract awards in the last 12 months as described in
Note 24. h) Extent of participation of SB, SDB, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the estimated effort. In
addition, a brief Design Management Plan including an explanation of
the firm's management approach, management of subcontractors (if
applicable), quality control procedures and an organizational chart
showing the inter-relationship of management and various team
components (including subcontractors) must be included in paragraph 10
of the SF 255. 3. SUBMITTAL REQUIREMENTS: See Note 24 for general
submittal requirements. Firms which are interested and meet the
requirements described in this announcement are invited to submit one
completed SF255 (Revision 11-92), U.S. Government A/E and Related
Services for Specific Projects to the office shown above. SF255
(Revision 10-83) is obsolete and only the 11-92 edition of SF255 will
be accepted. All responses n SF255 to this announcement must be
received no later than 4:30 pm Local Time on the 30th calendar day
after the date of this publication to be considered for selection. The
day following this CBD announcement counts as day number 1. If the
30th day falls on Saturday, Sunday or a U.S. Government holiday, the
deadline is the close of business on the next Government business day.
b) It is requested that interested firms list the fee amount and date
of all DOD contracts awarded during the last 12 months to the firm and
all subsidiaries in Block 9 of the SF255. c) Responding firms must
submit a current and accurate SF254 for each proposed consultant.
Additionally, all responding firms which do not have a current (within
the last 12 months) SF254 on file with the North Pacific Division,
Corps of Engineers, must also furnish a completed SF254. If a SF254 is
included, only the 11-92 edition of the form will be accepted. The
business size status (large, small and/or minority) should be indicated
in Block 3 of the SF255. Definition: A concern is small if the annual
receipts averaged over the past 3 fiscal years do not exceed $2.5
million. d) No other information including pamphlets or booklets is
requested or required. e) No other general notification to firms under
consideration for this project will be made and no further action is
required. Solicitation packages are not(0122) Loren Data Corp. http://www.ld.com (SYN# 0031 19960502\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|