|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1997 PSA#1756US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA
98124-3755 C -- IDT FOR A-E DESIGN AND CONSTRUCTION SUPPORT SERVICES, PUBLIC
WORKS, FT. LEWIS, WA SOL DACA67-97-R-0025 DUE 020797 POC Contract
Specialist Nancy L Briar (206) 764-6801 (Site Code DACA67)
Architect-engineer services are required for an indefinite delivery
contract to perform multidisciplinary design services and construction
support services for the exclusive use of Public Works at Fort Lewis,
WA. Services to be provided by the A-E wil be primarily for
architectural with related civil, mechanical and electrical engineering
projects including asbestos and lead-based paint abatement work. The A-
E will be expected to prepare plans, specifications, design analysis,
construction estimates nd some studies for a variety of maintenance,
repair, alteration and minor construction projects. Significant
evaluation criteria in decending order of importance are: (1)
Specialized experience and technical competence of the firm in types of
work required, including knowledge of the locality of the work to be
done. (2) Professional qualifications of firm's staff and consultants
to be assigned to this project, whic are necessary for satisfactory
performance of required services. (3) Capacity of the team to
accomplish multiple simultaneous task orders in the required time. (4)
Past performance on DoD and other contracts with respect to cost
control, quality of work, nd compliance with performance schedules.
NOTE: The following criteria are considered secondary factors and will
only be used at Final Selection as tie-breakers. (5) Extent of
participation of Small Business (SB), Small Disadvantaged Business
(SDB), Historically Black Colleges and Universities and Minority
Institutions in the proposed contract team, measured as a percentage of
estimated effort. (6) Voume of DoD contract awards to the prime A-E in
the last 12 months. A-E will be required to use MCACES for cost
estimating on this project. The software will be furnished by the Corps
of Engineers after contract award. Responding firms should indicate
abiliy to access an electronic bulletin board and automated review
management system (ARMS) via modem. Proposed procurement will result in
a fixed-price indefinite delivery contract with a base period of one
year and two option periods of one year each. Individual fixed-price
task orders will be issued as requirements arise. Individual task
orders shall not exceed the annual contract amount, and it is
anticipated tas orders will not exceed $500,000. The ceiling for the
base period and each of the two option periods is $1,000,000. The total
cumulative contract amount for the base and option years shall not
exceed $3,000,000. Start and completion dates are scheduled forJuly
1997 and July 2000, respectively. Qualified firms desiring
consideration shall submit one copy of SF 255, including organizational
chart of key personnel to be assigned to this project, current SF 254,
and consultants current SF 254s. No additional project information
will be given to A-E firms. Phone calls are discouraged unless
absolutely necessary. The street address is: 4735 East Marginal ay
South, Seattle, WA 98134-2385. This project is open to both large and
small businesses. This is not a request for proposal. It is anticipated
that the selected firm will be required to submit a subcontracting plan
with its fee proposal if it is a large usiness. For this procurement,
a large business is a concern for which the annual average gross
revenue taken for the last three (3) fiscal years exceeds $2.5 million.
The plan must be consistent with Section 806(b) of PL 100-180, PL
95-507 and PL 99-661. If a large firm chooses to subcontract, it is
recommended that 50 percent of the total planned subcontracting dollars
should be placed with Small Business(SB) concerns, 8 percent with Small
Disadvantaged Businesses (SDB), or Historically Black Colleges and
Universities or Minority Institutions, and 5 percent to Women-Owned
Businesses (WOSB). WOSB's may not qualify as SDBs for federal
contracts. (0003) Loren Data Corp. http://www.ld.com (SYN# 0010 19970107\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|