Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1997 PSA#1996

US 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