|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1997 PSA#1963U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819
Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300 C -- INDEFINITE DELIVERY CONTRACT FOR MULTIDISCIPLINE DESIGN SERVICES
FOR (PRIMARILY ARCHITECTURAL) PROJECTS ASSIGNED TO THE FORT WORTH
DISTRICT SOL DACA63-98-R-0002 DUE 112997 POC Sharon McLellan,
Engineering Technician, (817)978-3939 WEB: Corps of Engineers, Fort
Worth District, Contracting Division, http://ebs.swf.usace.army.mil/.
E-MAIL: Bob Fry, Contract Specialist, bob.fry@SWF01.usace.army.mil. 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. SIC Code 8712 applies to this
announcement. Estimated A-E Fee Including Options: $3,000,000.00
maximum ($1,000,000.00 basic; $1,000,000.00 each for 2 option periods),
with a maximum Task Order amount of $1,000,000.00. If a large business
firm is selected for this announcement, it must comply with the FAR
52.219-9 clause regarding the requirement for a subcontracting plan.
The Fort Worth district goal on work to be subcontracted is that a
minimum of 61% of the Contractor's total intended subcontract amount be
placed as follows: 9.1% be placed with Small Disadvantaged Businesses
(SDB), 5.5% be placed with Small Black Colleges or Minority
Institutions; 4.5% be placed with Women Owned Small Businesses (WOB)
and the remaining 41.9% be placed with Small Businesses (SB) for a
total of 61%. The plan is not required as part of this submittal. The
IDC is expected to be awarded on or about July 1998. The contract will
be for a base period, not to exceed one year, and two option periods
of not to exceed one year each. The proposed services will be obtained
by Negotiated Fixed Price Contract. Projects outside the primary area
of responsibility may be added at the Governments discretion upon
agreement of the selected firm. 2. PROJECT INFORMATION: The work may
involve Design, Drafting, Planning, Studies and Site Investigations
associated with an Indefinite Delivery Contract for projects which are
primarily of an Architectural nature. Projects are expected to be for
maintenance, repair or alterations to existing facilities and/or new
construction. Work may also include designs/studies for value
engineering, landscaping, architectural hardware, environmental or EPA
considerations. Services during a project's construction phase may
also be required. 3. SELECTION CRITERIA: See CBD Note 24 (Monday issue)
for general description of selection process. Selection criteria in
descending order of importance are as follows: (a) Professional
Capabilities: This type of Indefinite Delivery Contract will require,
(either in-house or through the consultant) as a minimum, the
following: three Architects, one Landscape Architect, one Architectural
Hardware Specialist, two Electrical, two Mechanical, two Civil and two
Structural Engineers, Value Engineer, Cost Estimating and Surveyors,
Environmental Design/Remediation Expertise, lab testing, air monitoring
and design to Fire Protection/Life Safety codes. (b) Specialized
Experience and Technical Competence: (1) The selected team must
demonstrate extensive experience in the design of repair, renovation or
alteration of existing facilities and infrastructures, paying
particular attentions to area architecture and conditions, utility
systems, landscaping, interior design, value engineering and new
construction. (2) Firms must show experience in evaluating contractors'
submittals and construction surveillance. (3) Firms must have at least
two years experience in Fire Protection/Life Safety Design and be
familiar with the use and application of NFPA codes 80 and 101 and
MIL-HDBK-1008C. Demonstrate experience in working with a testing
laboratory to design for water quality, removal of friable asbestos and
remediation of lead-based paint hazards and underground toxic
substances. (4) Firm must demonstrate success in prescribing the use of
recovered materials and achieving waste reduction and energy efficiency
in facility design. (c) Firms must show adequate team capacity to
design three Task Orders concurrently meeting all schedules. (d)
Demonstrate past performance with respect to cost control, quality of
work, and compliance with performance schedules. (e) Geographical
Location: Firms must show familiarity with Texas, New Mexico and
Louisiana areas and their applicable architecture. Firms must address
fast response capabilities. (f) Firms must demonstrate the capability
to prepare specifications and construction cost estimates prepared on
IBM compatible equipment. Construction cost estimates will be prepared
using our PC-BASED computer Aided Cost Estimating System (M-CACES)
(Software will be provided). Firms will be required to submit drawings
in either Auto CADD or Intergraph and must show that capability. (g)
In Block No. 10 of the SF 255, shows last 12 months' DOD awards. (h)
Extent of participation of SB, SDB, WOB small Black Colleges and
Minority Institutions in the proposed contract team, measured as a
percentage of the estimated effort. (I) Block No. 10 will be limited to
ten pages maximum. 4. SUBMITTAL REQUIREMENT: (a) See Note No. 24 for
general submission requirements. Interested firms, to be considered,
must provide one submittal package including an original SF 254 and SF
255 no later than 4:30 p.m. on the 30th day after the date of this
announcement or by the date noted above, whichever is latest. The 11/92
version of the forms must be used. If the 30th day is a Saturday,
Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next
business day. (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 Small 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. 4 of the SF 255,
insert the number of personnel proposed for the contract (not
necessarily total capacity), Consultants as (A) and in-house as (B).
(f) In Block No. 6 of the SF 255, identify the discipline/service to be
supplied by each consultant. 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 type of projects they will perform in
Block No. 7 of your SF 255. Block No. 7 may be repeated as needed to
identify all the major disciplines and key team members. Selection will
be based on the total team members presented in your SF 255, primarily
in Block No. 4. Resumes must be submitted for all personnel listed in
Block No. 4 to meet the minimums stated in 3a. (g) In Block No 10 of
the SF 255, include a draft Design Quality Control (DQC) Plan. It
should include a brief presentation of internal controls and procedures
that you use to insure that a quality design is produced. (h) Personal
visits to discuss this project will not be scheduled. (I) Solicitation
packages are not provided for A-E contracts. This is not a request for
proposals (see Note No. 24). (0302) Loren Data Corp. http://www.ld.com (SYN# 0020 19971031\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|