|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1996 PSA#1626US ARMY CORPS OF ENGINEERS FT WORTH DIST, 819 TAYLOR STREET, ROOM 6A18,
P O BOX 17300 ATTN CESWF-ED-MC, FORT WORTH TX 76102-0300 C -- POTENTIAL FIXED PRICE CONTRACTS FOR A-E SERVICES IN DESIGN OF
ADMINISTRATIVE/OFFICE TYPE FACILITIES IN THE FT WORTH DIST AREA OF
RESPONSIBILITY, PRIMARILY LA, NM, AND TX SOL DACA63-96-R-0024 DUE
072996 POC Contract Specialist Jerrell Freeman, (817)334-2262 (Site
Code DACA63) 1. CONTRACT INFORMATION: The work may involve Design,
Drafting, Planning, Studies and Site Investigation associated with this
type of project. All work must be done by or under the direct
supervision of licensed professional Engineers or Architects. The
intent of this announcement is to gather responses from firms
interested in performing this type work for the Fort Worth District.
This list of firms will be used for this type of project through July
1997. Qualified firms will be selected and ranked with no firm
receiving more than one award from this announcement. The estimated
maximum amount per contract is $1,500,000.00. If a large business firm
is selected for a contract under this announcement and the amount
exceeds $500,000.00 it must comply with the FAR clause 52.219-9
requirement for SB/SDB subcontracting plan. The Fort Worth District
goal is that 52.5% of the intended subcontracted amount be set aside
for SB, SDB, Women Owned Businesses (WOB) and Historically Black
Colleges and Universities/Minority Institutions (HBCU/MI), with
minimums of 3% for WOB, 8.8% for SDB and 5.5% for HBCU/MI. The plan is
not required as part of this submittal. Pursuant to the Federal
Information Resources Management Regulation (FIRMR), Section
201-39.5202-3, this acquisition is not being conducted under the FIRMR;
however, and modifications requiring Federal Information Processing
(FIP) resources will be conducted under specific agency delegation of
GSA's exclusive procurement for FIP resources. The specific GSA DPA
case number is KAA-95-AD-012. 2. PROJECT INFORMATION: Administrative or
office type facilities may require: Work areas for clerical personnel;
office areas for management; conference areas; storage areas and rest
rooms; special areas for main-frame computers, secure communications,
reproduction equipment, etc.; associated architectural hardware; life
safety; fire protection; and provisions for handicapped access. Site
development for parking, sidewalks; utility connections; landscape
improvement; pollution prevention plan; and demolition and disposal of
existing facilities including Hazardous Toxic Waste remediation.
Project may be a new building or renovation of an existing building for
administrative/office facility. Design using the metric system may be
required. Services during the project construction phase may also be
required. 3. SELECTION CRITERIA: See CBD No. Note 24 (Monday edition)
for general description of selection process. Selection criteria in
descending order of importance are as follows: (a) Professional
Qualifications: This type of project will require expertise in the
disciplines of architecture; electrical, mechanical, civil and
structural engineering; cost estimating; interior design; landscape
architecture; and environmental design/remediation. Provide a minimum
of three resumes for Architects and two each for Civil Engineer,
Structural Engineer, Mechanical Engineer and Electrical Engineer. (b)
Specialized Experience and Technical Competence: The selected team must
demonstrate recent (last five years) experience in the design of
administrative/office type facilities; space utilization development;
handicapped accessibility; life safety requirements and illumination
requirements. (c) Firms must show adequate team capacity to design a
project with construction cost of $5,000,000.00 within a six month
period. (d) Demonstrated past performance with respect to cost control,
quality of work, and compliance with performance schedules. (e)
Preparation of specifications, and construction cost estimates on IBM
compatible equipment. Use of M-CACES software. Auto CADD and Intergraph
compatible CADD system. 4. SUBMITTAL REQUIREMENTS: (a) See Note No. 24
for general submission requirements. To be considered, interested
firms must provide one submittal package including an original SF 254
and SF 255 no later than 4:30 p.m. on the date listed above. The 11/92
version of the forms must be used. (b) Responding firms must submit a
current and accurate SF 254 for themselves and each proposed
consultant. It must be provided for the specific office proposed to do
the work. Indicate in Block No. 4 of SF 254 if your firm is a Large,
Small, Small and Disadvantaged or Woman-Owned Business. To be
classified as a small business, a firm's average annual receipts or
sales for the preceding three fiscal years, must not exceed $2.5
million. (c) Submit only one SF 255, completed in accordance with the
instructions. It must contain information in sufficient detail to
identify the team (prime and consultants) proposed for the contract.
(d) Include CBD announcement number in Block No. 2b of the SF 255. (e)
In Block No. 6 of the SF 255, identify the discipline/ service to be
supplied by each consultant. (f) Provide brief resumes of the on-staff
or consultant employees you intend to use to perform the work in the
anticipated design time and the project assignment they will perform in
Block No. 7 of your SF 255. Block No. 7 may be repeated as needed to
identify all the major discipline and key team members. Selection will
be based on the total team members presented in your SF 255, primarily
block No. 7. (g) In Block No. 10 of your SF 255 include a draft design
quality control plan. It should include a brief presentation of the
internal controls and procedures that you use to ensure that a quality
design is produced. (h) Solicitation packages are not provided for A-E
contracts. This is not a request for proposal (see Note No. 24).
(0178) Loren Data Corp. http://www.ld.com (SYN# 0024 19960627\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|