|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8,1998 PSA#2237Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- INDEFINITE DELIVERY TYPE MASTER PLANNING CONTRACT FOR TOBYHANNA
ARMY DEPOT, PA THAT MAY BE USED THROUGHOUT THE BALTIMNORE DISTRICT SOL
DACA31-99-R-0003 DUE 010799 POC Susan Sonenthal, 410-962-7646 E-MAIL:
susan.j.sonenthal@nab02.usace.army.mil,
susan.j.sonenthal@nab02.usace.army.mil. 1. CONTRACT INFORMATION:
Architect-Engineer (A/E) services are required for one indefinite
delivery-type (IDTC) master planning contract for Tobyhanna Army Depot,
PA, that may be used by other installations/facilities located in the
Baltimore District. Tobyhanna is approximately 30 miles southeast of
Scranton, PA. The contract will provide for architectural, engineering
and planning services involving all aspects of military master
planning, including the real property management plan, environmental
and economic analyses, NEPA and cultural resource compliance, and
preparation of programming documents for MILCON projects. Tasks will be
described in individual delivery orders issued at the request of
Tobyhanna Army Depot. A firm, fixed-price contract will be negotiated
for each delivery order. The total contract shall not exceed $3.0
million. The contract term will be one (1) base period (NTE one (1)
year) and two (2) option periods, totaling three (3) years maximum.
Individual task orders shall not exceed the contract amount. This
procurement is unrestricted and therefore is open to all businesses
regardless of size. The contract is anticipated to be awarded in May
1999. SUBCONTRACTING PLAN REQUIREMENTS: If a large business is
selected, a subcontracting plan with the final fee proposal will be
required, consistent with Section 806 (b) of PL 100-180, PL 95-507, and
PL 99-661. A minimum of 65% of any subcontracting dollars shall be
placed with small business concerns. At least 15% of any subcontracting
dollars shall be placed with small disadvantaged businesses, including
Historically Black Colleges and Universities or Minority Institutions,
and 8% with small, women-owned businesses. The plan is not required
with this submittal. 2. PROJECT INFORMATION: Specific tasks may include
but are not necessarily limited to: long and short-range analyses; site
investigations; surveying and aerial photography and related mapping;
land use planning; capital investment program strategies; facilities
requirements analyses; privatization studies and economic analyses
(w/ECONPACK); DD forms 1391; project development brochures;
mobilization master plans; utilities and storm water management
assessments; transportation and traffic assessments; contingency
assessments (for expansion/ contraction of installation); installation
design guides; landscape development plans; facilities requirements
analyses; space utilization studies; facilities evaluation/deficiencies
tabulation/repair cost estimating; landscape development plans,
communication plans; energy plans; fire and life safety studies;
National Environmental Policy Act (NEPA) documentation and all aspects
of compliance procedures; and physical security and quality of life
programs. The A/E will also be required to conduct development and
sustainment of GIS and related databases and networking with ongoing
system maintenance as well as long-term GIS improvement and refinement.
Intergraph MGE using an Oracle database is the GIS platform. The
selected A/E will produce products thatare identical with the DPW's
systems & software, including MicroStation (.DGN format), MGE, Oracle
database, MS OFFICE Suite 97 and the Army's Integrated Facilities
System (IFS). 3. SELECTION CRITERIA: See Note 24 for general selection
process. The selection criteria are listed below in order of
descending importance: (1) Knowledge, recent relevant experience and
technical competence in conducting Army master planning in accordance
with current Department of the Army master planning regulations and
guidance, including AR 210-20, Master Planning for Army Installations,
and other references cited therein. (2) Recent relevant experience and
technical qualifications in GIS data development, operation and
sustainment, and associated database and network management for
multiple users. A/E must demonstrate experience using GIS to maintain
the Master Plan as a living document. The A/E shall also demonstrate
applications instituted from data of a completed GIS project. (3)
Capacity of the A/E to accomplish the magnitude of work necessary to
support the Installation in the processing of their facility
management, master planning and programming missions. The A/E must be
capable of responding to multiple work orders concurrently, and be
highly skilled and capable of leading Tobyhanna in the development,
improvement and sustainment of the GIS. (4) Qualified professional
personnel in the following key disciplines: urban/community planner,
architect, landscape architect, surveyor, GIS Expert, GIS technician,
CADD expert, cost estimator, ecologist, biologist, archeologist,
historic and cultural resource analyst, and fire protection specialist.
Registered or certified professionals disciplines are required as
follows: planning, civil engineers, industrial engineers, mechanical
and electrical engineers, architects, landscape architects, and
industrial hygienists. The evaluation will consider overall and
relevant experience, education, training, registration and
certification. (5) Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. (6) Volume of DOD contract awards in the last 12
months as described in Note 24. (7) Possession of secret clearance and
approved secret document storage facilities, or ability to obtain. 4.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested firms having the capability to perform this
work must submit one copy of SF 255 (11/92 edition) for the proposed
team and one copy of SF 254 (11/92 edition) for the prime firm and all
consultants to the above address not later than 4:00 PM January 7,
1999. The Baltimore District does not retain SF 254's on file. The SF
255 and SF 254 shall clearly indicate the staffing of the offices
indicated to do the work. In SF 255, block 3b, provide the prime's
ACASS number.and in Block 6, provide the ACASS number for consultants.
If your firm does not have an ACASS number, it can be obtained from
the Portland District Corps of Engineers ACASS database section by
calling 503-808-4591. In SF 255, block 10; provide the management plan
and the names and telephone numbers of clients as references on three
most recent projects of the type relevant to military master planning.
In SF 255, Block 9; provide contract award dates for all projects
listed in that section. Telephone interviews will be conducted with the
firms that are short-listed (generally three firms). In order to comply
with the Debt Collection Improvement Act of 1996, all contractors must
be registered in the Central Contractor Registration (CCR) to be
considered for award of a Federal contract. A paper form may be
obtained from the DOD Electronic Commerce Information Center at
1-800-334-3414 or Contact CCR web site at http://www.acq.osd.mil/ec.
Solicita-tion packages are not provided for this procurement. Mailing
address -- ATTN.: Susan Sonenthal, Room 7000, 10 South Howard Street,
Baltimore, MD 21201. For questions, Mrs. Sonenthal can be reached on
410-962-7646 and via Internet, susan.j.sonenthal@nab02.usace.army.mil.
This is not a request for proposal. Posted 12/04/98 (W-SN277272).
(0338) Loren Data Corp. http://www.ld.com (SYN# 0012 19981208\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|