Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1999 PSA#2284

U.S. Army Corps of Engineers, Jacksonville District, P.O. Box 4970, Jacksonville, Florida 32232-0019

C -- A-E SERVICES FOR MULTI-DISCIPLINE MISCELLANEOUS CIVIL AND MILITARY WORKS DESIGN AND SUPPORT FOR OTHERS PRIMARILY IN FLORIDA, PUERTO RICO, THE U.S. VIRGIN ISLANDS AND THE CARIBBEAN AREA SOL DACW17-99-R-0017 DUE 032699 POC Contract Specialist, Vicki V. Tipton, (904) 232-1146 -- Technical POC, Al Morris 904-232-2430 WEB: Click here to view further information, http://www.saj.usace.army.mil. E-MAIL: Click here to contact the Contract Specialist, Vicki.V.Tipton@usace.army.mil. This solicitation is set-aside for participation by firms in the Section 8(a) program of the Small Business Administration, under SICC 8711, Size Standard $2.5M. This will be considered a "national buy" and as such, all eligible 8(a) firms are encouraged to respond to this announcement. The contract will be an Indefinite Quantity Contract for a period of one year from date of award, with two options to extend for one additional year each, not to exceed a total of three years. Work will be assigned by negotiated task orders. Maximum order limits are $1,000,000 for each contract year and up to $1,000,000 per task order. The Government reserves the right to exercise the contract option period before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or is nearly exhausted. The primary purpose of this proposed contract is to provide services for projects located within the geographical boundaries ofthe Jacksonville District. Secondarily, the contract may be used to provide services within the geographic boundaries of any other U.S. Army Corps of Engineers District. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. PROJECT INFORMATION: All services will consist of design and architectural engineering services consisting of civil works project studies and designs in the event of natural disasters, preparation of design memorandums, building condition reports, building evaluation reports, cost estimates in MCASES Gold format, design calculations and construction plans/specifications suitable for use in competitive bidding processes. Additionally, the work will encompass all phases of civil works design, including flood control (hydraulic spillway structures), support for others (SFO), military, recreation with related facilities, beach erosion control and jetty design; navigation projects, including dredging; new building construction; existing building renovation; rehabilitation of historic buildings and structures; bridge design; abatement of asbestos, lead-based paint, and other HTW materials; alterations; renovations; site plans; utility systems; and paving, grading, and drainage plans. Firm should retain capability to perform site specific surveys and geotechnical investigations in support of their design efforts. In the event firm may contact asbestos-containing materials and/or lead-based type paint during their work, it will be required to sample, test and develop work plans for remedial action and incorporate them into the overall alteration/ renovation specifications. The asbestos and lead abatement work will be performed by accredited professionals and will be in strict compliance with the requirements of HUD, OSHA Construction Standard, OSHA General Industry Standard, OSHA Respiratory Standard, the Clean Air Act, and all applicable AHERA regulations. Destructive sampling of structures will require repairin accordance with acceptable construction practices. An accredited laboratory per AHERA Regulations shall prepare test reports. When in support of military design, services may involve preparation of U.S. Army master planning studies, miscellaneous Federal Agency master planning studies, drawings, and programming documents in accordance with the requirements established in AR 210-20, TB ENG 353, CEMOPS, and other military and Federal regulations. 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in the preparation of plans, specifications, various federal reports and studies, design memorandums, cost estimating, design analysis (documents such as DD Form 1391, Project Development Brochures, and design calculations) for all phases of civil, military, support for others, facility designs (new and renovation) and related work; ability to prepare construction drawings in digital format on magnetic tape fully using Intergraph's Bentley System Microstation CADD system, construction cost estimates utilizing Government provided MCASES Gold software and preparation of plans and specifications using Metric or English Standards of Measurement, as specified in the task order. Firm must have a laboratory that participates in a quality assurance program administered by the National Institute of Standards and Testing (NIST). It must have successfully completed the last three rounds of the program for analyzing samples. Asbestos identification must be done by the EPA 600/M4.82-020 method using a polarized high-powered microscope. For fiber concentration samples, the laboratory must participate in Proficiency Analytical Testing (PAT) program that includes hazard assessment. Bulk samples must be analyzed using Phase Contrast Microscopes (TEM) for confirmation purposes. Lead identification must be performed by X-Ray Fluorescence (XRF) test procedures, in concert with wipe, and bulk paint chip samples for Toxic Characteristic Leaching Procedure (TCLP) analyses. Previous experience in asbestos and lead abatement projects shall be listed. 2. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or through association with qualified consultants, U.S. registered personnel as follows: architects, landscape architects; civil, electrical, mechanical, structural and fire protection engineers; and a Certified Urban/Regional planner certified by the American Institute of Certified Planners, depending upon the work assignment. Additional staff must include, but not be limited to: Interior Designers, Engineers to include the following disciplines: Geotechnical, Hydraulic, Coastal, Hydrology, Soil, Sanitary, Certified Industrial Hygienist (must be certified by the American Board of Industrial Hygiene), Industrial Hygienist Technician; Florida Registered Land Surveyor and all necessary supervisory and administrative personnel to prepare contract bid documents. 3. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firm must have the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dates. 4. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS) will be utilized for prior performance evaluation. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: 5. VOLUME OF PAST DOD CONTRACT AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. 6. GEOGRAPHIC LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the worksite (considered the Jacksonville District Office) will be considered provided there is an adequate number of qualified firms for consideration. SUBMISSION REQUIREMENTS: Those firms, which meet the requirements described in this announcement and wish to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list only the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants, should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal package is to be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on March 26, 1999. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. Response to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, 400 West Bay Street, Room 1044, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for proposal. Contracting information for the Jacksonville District is now available at our web site: http://www.saj.usace.army.mil/. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information. Posted 02/12/99 (W-SN297892). (0043)

Loren Data Corp. http://www.ld.com (SYN# 0028 19990217\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page