|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1997 PSA#1812USAED, SACRAMENTO, CORPS OF ENGINEERS, ATTN: A-E NEGOTIATIONS SECTION,
1325 J STREET ROOM 1079, SACRAMENTO CA 95814-2922 C -- INDEFINITE DELIVERY INDEFINITE QUANITY CONTRACT FOR DUGWAY
PROVING GROUNDS, UTAH SOL DACA05-97-R-0078 DUE 042897 POC Mr. Ken
Parkinson, Unit Leader, A-E Negotiations Unit, (916) 557-7470.
Contracting Officer: Fredrick J. Strickland. (Site Code DACA05) 1.
CONTRACT INFORMATION: A-E services are required to provide Dugway
Proving Ground with work and services consisting of a variety of small
projects, primarily renovation, and may also include design of new
projects with limited scope. A specific scope for work and services
required will be issued with each task order. Responding firms must
indicate computer capability for CADD services and for accessing an
electronic bulletin board and Sacramento District s Automated Review
Management System (ARMS). The end result of this design shall be
drawings, and in addition, the contractor shall provide electronic data
in and/or compatible with vectorized AutoCAD format (version 13.0) for
design drafting/mapping operations, and Microsoft Word system for text
files. The Corps of Engineers Computer Aided Cost Estimating System
(CACES) may be used to develop design cost estimates. An indefinite
delivery contract will be negotiated for these services. The contract
will be issued by the Sacramento District; however, most task orders
will be administered by Dugway Proving Ground. Firm-fixed price
indefinite delivery, indefinite quantity contract will be negotiated
and is anticipated to be awarded in May 1997. The contract will be for
a one-year period not-to-exceed $250,000 for the basic year and two
one-year options not-to-exceed $250,000 each. The options may be
exercised at the discretion of the Government, and may be exercised
early if the Total Estimated Price is exhausted or nearly exhausted;
any alteration in rate changes from one year to the next as negotiated
into the contract will be negotiated as needed between the Government
and the A-E. Individual task orders may be limited to a maximum of
$100,000 when issued by the installation. This announcement is open to
all firms regardless of size. All interested Architect-Engineers are
reminded that in accordance with the provisions of PL 95-507, they will
be expected to place subcontracts to the maximum practicable extent
consistent with the efficient performance of the contract with small
and small disadvantaged businesses. If a large business is selected, it
must comply with FAR 52-219.9 regarding the requirement for a
subcontracting plan on that part of the work it plans to subcontract.
The recommended goal for the work intended to be subcontracted is 55%
for small business. It further states that out of that 55% to small
business, 8.5% is for small disadvantaged business (subset to small
business) and 3.0% is for small business/woman owned (subset to small
business). The firms selected for these contracts will be required to
submit a detailed subcontracting plan at a later date. If the selected
firm submits a plan with lesser goals, they must submit written
rationale of why the above goals were not met. A detailed plan is not
required to be submitted with the SF 255; however, the plans to do so
should be specified in Block 10 of the SF 255. The SIC code is 8712
with business size standard of maximum $2.5 million of average annual
receipts for its preceding 3 fiscal years. 2. PROJECT INFORMATION: Task
orders to be issued under this contract may range in scope from a small
study to a new project design of limited scope. The services required
will be primarily of the architectural renovation, some of historical
significance, of a variety of small projects and may also include
design of new projects with limited scope. Input may be required by
architectural with a full complement of disciplines, civil/structural,
mechanical/electrical engineering disciplines as well as interior
design and environmental engineering services, explorations,
investigations, regulatory and NEPA documents. Individual task orders
may include maintenance and repair type projects, engineering and
environmental studies, preparation of programming documents and project
definition documents for military projects, and miscellaneous
architectural and engineering services associated with military
installations. The studies and designs may include efforts to provide
required environmental regulatory permits. Demolition of existing
facilities may be required which will necessitate an asbestos and/or
lead based paint investigations with provisions for removal included in
the design documents. Some work may entail documenting facility and
utility locations utilizing a GPS and conversion into an AutoCad
Mapping System. 3. SELECTION CRITERIA: See Note 24 for general
selection process. The selection criteria are listed below in
descending order of importance. Criteria a through e are primary.
Criteria f through h are secondary and will only be used as
tie-breakers among technically equal firms. a. Specialized experience
and technical competence in (1) The design of a variety of alteration
and repair projects and small new facilities; (2) The use of recovered
materials and achieving waste reduction and energy efficiency in
facility design. b. Past performance on Corps of Engineers and other
contracts with respect to cost control, quality of work and compliance
with performance schedules. c. Qualified professional personnel in the
following key disciplines: Architectural, Civil, Mechanical,
Electrical, Structural, Environmental, Interior Design, CADD and
Certified Industrial Hygienist. The evaluation will consider education,
training, registration, overall relevant experience and longevity with
the firm. d. Capacity of the firm to accomplish multiple simultaneous
task orders in the required time frame and to respond to numerous
quick turn-around projects. e. Location in the general geographical
area of the project and knowledge of the locality of the project. f.
Volume of DOD contract awards in the last 12 months as described below.
g. Location of the firm in the general geographical area of Dugway
Proving Ground. h. Extent of participation of small business, small
disadvantaged business, woman owned small business, historically black
colleges and universities or minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort.
4. SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested Architect-Engineer firms having the
capabilities to perform this work are invited to submit ONE (1)
completed SF 255 (11/92 edition) US Government Architect-Engineer and
Related Services Questionnaire for Specific Project for themselves and
ONE (1) completed of SF 254 (11/92 edition) for themselves and one for
each of their subcontractors to the office shown above, ATTN: A-E
Negotiations Unit. In block 7 of the SF 255 provide resumes for all key
team members, whether with the prime firm or a subcontractor; list
specific project experience for key team members; and indicate the team
members role on each listed project (project manager, architect, design
engineer, etc.) In block 9 of the SF 255, responding firms must
indicate the number and amount of fees awarded on DoD (Army, Navy, and
Air Force) contracts during the 12 months prior to this notice,
including change orders and supplemental agreements for the submitting
office only. In block 10 of the SF 255, provide the quality management
plan and organization chart for the proposed team. A task specific
quality control plan must be prepared and approved by the government as
a condition of contract award, but is not required with this
submission. Responses received by the close of business (4:30 pm) on
the closing date will be considered for selection. If the closing date
is a Saturday, Sunday or Federal Holiday, the deadline is the close of
business on the next business day. No other notification will be made
and no further action is required. Solicitation packages are not
provided for A-E contracts. This is not a request for proposals. All
responsible sources may submit the required SF 255 and SF 254 which
shall be considered by the agency. See Numbered Notes 24 and 26.
(0085) Loren Data Corp. http://www.ld.com (SYN# 0034 19970328\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|