Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1998 PSA#2221

U.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