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