|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1997 PSA#1996US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR 26
Federal Plaza, Rm 2143 New York, N.Y. 10278-0900 C -- INDEFINITE DELIVERY CONTRCATS NOS 8 & 9 FOR GENERAL ARCHITECT
ENGINEERING SERVICES PRIMARILY WITHIN THE FORT DIX BOUNDARIES D
SUPPORTING AREAS SOL CBAEEN-8350-0007 POC Willien Cunningham,
Procurement Assistant 212-264-9123. Location of work: Primarily within
the Fort Dix boundaries and supporting areas. Scope of services
required: Preparation of design and construction documents including
plans, specifications, cost estimates, design analyses and construction
services for various projects to include, but not limited in scope:
rehabilitation/construction of buildings, building repairs, additions
and alterations, road and site improvements, sanitary and storm water
systems, utility systems, HVAC and plumbing systems, fire protection
systems, electrical distribution systems, telecommunication systems,
fire alarm systems, asbestos, lead and PCB abatement. These services
will be provided under two indefinite delivery contracts. The
cumulative amount of all delivery orders for each contract will not
exceed $1,000,000, and each delivery order will not exceed $1,000,000.
Delivery orders for each contract may be issued for a period of one
year from the date of contract award. The Government has the right to
exercise the option foran additional one year after the monetary limit
is reached prior to the expiration of the time period (365 days). The
contracting officer will consider the following factors in deciding
which contractor will be selected to negotiate an order: performance
and quality of deliverables under the current contract, current
capacity to accomplish the order in the required time, uniquely
specialized experience, and equitable distribution of work among the
contractors. Each contract will include options for two additional
years under the same terms and conditions as the basic contract. The
Government's obligation to guarantee a minimum amount for payment will
apply to all three years. The guaranteed minimum is $20,000 for the
first year and $10,000 for the second and third years. Technical
capability required: Full in-house capability is preferred. Firms not
having full in-house capability must demonstrate how they will manage
subcontractors and insure quality control. The (Prime) firm must
identify in their submittal the quantity and number of personnel in
each discipline available in their working office. A QA/QC plan must be
included in the submission. These specific abilities are required:
Architectural, Civil, Structural, Mechanical, Electrical, and
Environmental Engineering capabilities including Topographical and
Geotechnical Surveying capabilities are required. Maintenance and
repair design experience and new construction design experience is
required. Familiarity with Military Design is preferred for major
disciplines. The firm must also identify a Fire Protection/Detection
Specialist and Designer for this contract. In addition a certified
Industrial Hygienist, Lead/Asbestos Abatement Inspector, Geotechnical
Surveying, Specification Writing and Cost Estimating capabilities are
required.The firm must have Architects and Engineers with professional
registration in the state of New Jersey. Special Qualifications:
Previous experience with design of projects on military
installations/academic environment is preferred. Experience in the
preparation of Project Funding Justification Document (DD1391) is also
preferred. Responding firms should indicate their ability to access an
electronic bulletin board and Automated Review Management System (ARMS)
via a Hayes or Hayes compatible modem, through an IBM compatible PC.
Past experience with the Corps' M-CACES Gold Cost Estimating program
and Excel 4.0, or the firm's capability to use these programs is
required. In addition, firms should indicate their CADD capability and
Intergraph compatibility. Closing date for submitting SF-255: 30 days
after advertising date. If this date falls on a Saturday, Sunday, or
Holiday the closing date will be on the next business day. Firms must
submit their qualifications on 11-92 version of SF-255 and SF-254.
SF-254 should reflect the overall firm's capacity, whereas, SF-255
should reflect only the personnel dedicated to the specific project
referenced in the submittal. These guidelines should be closely
followed, since they constitute procedural protocol in the manner in
which the selection process is conducted. Evaluation factors in
descending order of importance: a. Professional qualifications
necessary for satisfactory performance of required services. b.
Specialized experience and technical competence in the type of work
required. c. Capacity to accomplish the work within the required time.
d. Past performance on contracts with government agencies and private
industry in terms of cost control, quality of work and compliance with
performance schedules. e. Location in the general geographical area of
the Fort Dix boundaries and knowledge of the localities provided that
application of this criterion leaves an appropriate number of
qualified firms, given the nature and size of the project. f. Extent of
participation of small businesses, small disadvantaged businesses,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. g. Volume of work previously awarded to the firm by
the Department of Defense, with the object of effecting an equitable
distribution among qualified A/E firms, including small and small
disadvantaged business firms and firms that have not had prior DoD
contracts. Approximate Start: June 1998. Approximate Completion: June
2001. Small and small disadvanted firms are encouraged to participate
as prime contractors or as members of joint ventures with other small
businesses. All interested contractors are reminded that the successful
firm will be expected to place subcontracts to the maximum possible
extent with small and small disadvantaged firms in accordance with
Public Law 95-507. If a large business firm is selected, a small
business subcontracting plan will be required prior to award. Firms
which have not previously applied for New York District projects and
firms which do not have a current SF-254 on file with the New York
District should submit two of the SF-254 with this initial response to
CBD announcement. Firms using consultants should submit copies of the
SF-254 for their consultants. a. Notification of all firms will be
made within 10 calendar days after approval of the Final selection.
Notifications will not be sent after preselection approval. The
notification will say the firm was not among the most highly qualified
firms and that the firm may request a debriefing. b. The A/E's request
for debriefing must be received by the selection chairperson within 30
calendar days after the date on which the firm received the
notification. c. Debriefing(s) will occur within 14 calendar days after
receipt of the written request. d. Copies of all SF 254s and SF255s of
all firms, which are not short listed, will be held for 30 calendar
days after notifications are sent out. 13. Three (3) copies of the
submittals should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room
2133, 26 Federal Plaza, New York, NY 10278, (212) 264-9123 (0351) Loren Data Corp. http://www.ld.com (SYN# 0015 19971219\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|