|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1998 PSA#2221U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821,
Louisville, KY 40202-2230 C -- MASTER PLANNING AND ARCHITECT-ENGINEER SERVICES INDEFINITE
DELIVERY CONTRACT AT VARIOUS MILITARY INSTALLATIONS WITHIN THE
LOUISVILLE DISTRICT MISSION BOUNDARIES SOL W22W9K83075987 POC Contract
Specialist, Debra Bruner (502)582-5926, Technical, Mark Real
(502)582-6040 CONTRACT INFORMATION: The proposed services will be
obtained by a negotiated Firm Fixed Price Contract. The maximum amount
of the contract shall not exceed $500,000. The contract period is one
year from the date of award, with an option to extend the contract for
two additional one year periods, with no increase in the contract
amount. This announcement is open to all businesses regardless of size.
The Government may choose to award a possible second contract from this
solicitation. PROJECT INFORMATION: Projects will consist of preparing
Real Property Master Planning (RPMP) documents for Army, Air Force and
Army Reserve locations based on the requirements of AR 210-20 "Master
Planning for Army Installations", TB ENG 353 "Installation Master Plan
Preparation", AFR 86-4 "Base Comprehensive Planning", and AFM 86-6 "Air
Base Master Planning Manual". RPMP will include developing or updating
the installation's "Long Range Component", the "Capital Investment
Strategy", the "Short Range Component" and the "Mobilization Component"
with related site maps and environmental documentation. Base
Comprehensive Plans include Land Use Plans, Five-Year Program Plans and
Tab Documents. Programming document preparation includes development of
DD Form 1391 based on the requirements of AR415-15, AR415-35 and AFR
86-1; Army Project Development Brochures and Air Force Project Books;
to include site analyses, cost estimates and alternative analyses.
Special Studies will include preparing/updating Area Development Plans,
Utility Surveys/Analyses, Installation Design Guides, Economic Analyses
and Facility Utilization Studies. Experience in developing RPMP
documents based on AR 210-20, TB ENG 353, AFR 86-4, AFM 86-6;
developing programming documents based on AR 415-15, AR 415-35 and AFR
86-1; and completing Special Studies at military installations will be
a significant selection criteria and must be indicated in the SF 255.
SELECTION CRITERIA: See Note 24 for general selection process
information. Submittals will be evaluated against the general
evaluation factors listed in Note 24 in descending order of importance.
(a f being primary criteria, g h being secondary criteria) a)
Professional Qualifications: Preparation and/or review of RPMP
documents and Special Studies by experienced professionals in the
fields of Project Management, Planning, Landscape Architecture,
Architecture, Surveying, Cost Estimating, Computer
Programming/Analysis, Environmental Engineering, Civil Engineering,
Sanitary Engineering, Mechanical Engineering, Structural Engineering
and Electrical Engineering are required and must be identified on the
SF 255 form. A designer and a checker in each field is required in the
fields of Landscape Architecture, Architecture, Surveying, Civil,
Sanitary, Structural, Mechanical, and Electrical Engineering; at least
one of each which must be a registered professional. Firms also need
to indicate two experienced professionals (qualified by education,
training, registration and overall and relevant specialized experience)
in the following fields of Planning, Project Management, Environmental
Engineering, Estimating and Computer Programming/Analysis. b)
Specialized Experience: The installation's RPMP and supporting
mapping/graphics will need to be developed or updated based on the
requirements of TB ENG 353 and the capability to produce maps and plans
in both Intergraph Micro-station and AutoCAD formats is required and
must be indicated in the SF 255. Technical competence and experience in
the development and/or manipulation of AM/FM and GIS systems in support
of planning efforts must be documented. The District reserves the right
to terminate firms that do not respond to Government requests for
proposals, information, documentation, etc. in accordance with
established schedules. c) Capacity: Capacity to complete the work in
the required time. d) Past Performance on DoD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. e) Superior Performance evaluations on recently
completed DoD contracts. f) Knowledge of the locality. g) Volume of
DoD contract awards in the last 12 months as described in Note 24. h)
Extent of participation of Small Business, Small Disadvantaged
Business, Historically Black Colleges and Universities, and minority
institutions measured as a percentage of the estimated effort.
SUBMITTAL REQUIREMENTS: a) See Note 24 for general submission
requirements. Any firm with an electronic mailbox should identify such
address in the SF 255. Release of firm status will occur within 10
days after approval of any selection. Firms, which are interested and
meet the requirements described in this announcement, are invited to
submit one completed SF 255, U.S. Government A/E and Related Services
for Specific Projects to the office shown above. All responses on SF
255 to this announcement must be received no later than 4:30 PM Local
Time on the 30th calendar day after the publication to be considered
for selection. The day following this CBD announcement counts as day
number 1. If the30th day falls on a Saturday, Sunday or a US Government
holiday, the deadline is the close of business on the next Government
business day. b) It is requested that interested firms list the fee
amount and date of all DoD contracts awarded during the last 18 months
to the firm and all subsidiaries in Block 9 of the SF 255. c)
Responding firms must submit a current and accurate SF254 for each
proposed consultant. All responding firms which do not have a current
(within past 12 months) SF 254 on file with the North Pacific Division,
Corps of Engineers must also furnish a completed SF 254. If a SF 254 is
included, only the 11-92 edition of the form will be accepted. The
business size status (large, small and/or minority) should be indicated
in Block 3 of the SF 255. Definition: A concern is small if its annual
receipts averaged over the past three fiscal years do not exceed $2.5
million. d) No other information including pamphlets or booklets
is-requested or required. e) No other general notification to firms
under consideration for this project 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. Solicitation packages are not
provided for A-E contracts. Personal visits for the purpose of
discussing the work are discouraged. Submit SF 254/SF 255's to the
following address: U. S. ARMY CORPS OF ENGINEERS, 600 Martin Luther
King, JR. Place, RM 821, Attn: Debra Bruner, Louisville, Kentucky
40202-2230. Posted 11/10/98 (W-SN269992). (0314) Loren Data Corp. http://www.ld.com (SYN# 0024 19981113\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|