|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14,1999 PSA#2495USAED, Kansas City, 757 Federal Building, 601 E 12th Street, Kansas
City, MO 64106-2896 C -- AE SERVICES FOR FOUR INDEFINITE DELIVERY TYPE CONTRACTS FOR THE
ENGINEERING AND CONSTRUCTION DIVISION OF THE KANSAS CITY DISTRICT,
CORPS OF ENGINEERS SOL DACA41-00-R-0001 DUE 011900 POC Pamela Wellons,
816-983-3802 E-MAIL: Pamela S. Wellons, Contract Specialist,
Contracting, Pamela.S.Wellons@nwk02.usace.army.mil. CBD SYNOPSIS FOR
A-E SERVICES: FOR FOUR INDEFINITE DELIVERY TYPE CONTRACTS FOR AE
SERVICES FOR THE ENGINEERING AND CONSTRUCTION DIVISION OF THE KANSAS
CITY DISTRICT. 1. CONTRACT INFORMATION: Architect and engineering
services, procured in accordance with PL 92-582 (Brooks AE Act) and FAR
Part 36, are required to support military design and studies within or
assigned to the Kansas City District, U.S. Army Corps of Engineers. Up
to four indefinite delivery contracts will be negotiated and awarded,
each with a base period not to exceed one year and two option periods
not to exceed one year each. The amount of work in each period will not
exceed $1,000,000. Option periods may be exercised prior to the end of
the base period or the preceding option period if the contract amount
for the preceding contract period has been or will be exhausted. Work
will be issued by negotiated firm-fixed-price task orders. The
contracts may include task orders with options for engineering and
design and checking of shop drawings during construction. The first
contract is anticipated to be awarded in January 2000. The method used
to allocate task orders among contracts will include consideration of
experience and user needs, capacity to accomplish the order in the
required timeframe, performance and quality of deliverables, and
proximity of the firm to the project. Funds are not presently available
for the contracts. This announcement is open to all businesses
regardless of size. If a large business is selected for these
contracts, it must comply with FAR 52.219-9 regarding the requirement
for a subcontracting plan on that part of the work it intends to
subcontract. The subcontracting goals for the Kansas City District are:
(1) at least 61.2% of a contractor's intended subcontract amount be
placed with small businesses (SB), including small disadvantaged
businesses (SDB) and women-owned small businesses (WOSB); (2) at least
9.1% of a contractor's intended subcontract amount be placed with SDB;
(3) at least 4.5% of a contractor's intended subcontract amount be
placed with WOSB; and (4) 1% placed with HUBZone small businesses. The
plan is not required with this submittal. The small business standard
for this effort is based on the average annual receipts of the concern
and its affiliates for the preceding three (3) fiscal years. A business
is small for this effort if its average annual receipts do not exceed
$4 million. The wages and benefits of service employees (see FAR 22.10)
performing under these contracts must be at least equal to those
determined by the Department of Labor under the Service Contract Act,
as determined relative to the employee's office location (not the
location of the work). To be eligible for contract award, a firm must
be registered in the DOD Central Contractor Registration (CCR).
Register via the CCR Internet site at http://ccr.edi.disa.mil or by
contacting the DOD Electronic Commerce Information Center at
1-800-334-3414. Work orders may be assigned for any work within the
jurisdiction of Northwestern Division but the selection will be based
on criteria within the Kansas City District. 2. PROJECT INFORMATION.
Projects may include the preparation of special reports, studies (to
include value engineering studies), development of design criteria, and
design of construction and renovation projects as needed for military
work assigned to the Kansas City District. These contracts may include
design work involving site investigation; preparation of contract
drawings, technical specifications, design analyses and computer aided
cost estimating. Construction phase services, including shop drawing
review, engineering during construction, site visits, etc., could be
included as options on task orders. Examples of new buildings or
structures includes: barracks, company operations facilities,
administrative facilities, family housing, hangers and related airplane
support systems, vehicle maintenance facilities, industrial facilities,
warehouses, ranges, training facilities, washracks, etc. Examples of
potential repair or renovation projects include: repair or replacement
of mechanical, electrical or fire protection/detection systems;
asbestos and lead abatement services related to building renovation or
demolition; interior designs; renovation of historic structures;
repair or replacement of infrastructure systems; correction of drainage
problems; repair or upgrade of structural problems, including seismic
design and analysis of existing structures; repair or replacement of
roofing, siding, windows, doors or other miscellaneous architectural
elements, etc. 3. SELECTION CRITERIA. See Note 24 for a general
description of the AE selection process. The selection criteria are
listed below in descending order of importance (first by major
criterion and then by each sub-criterion). Criteria a-e are primary.
Criteria f-h are secondary and will only be used as tie-breakers among
technically equal firms. a. Specialized experience and technical
competence in: (1) Design of new buildings or other structures for
military installations, similar to the categories listed in paragraph
2 above. (2) Design of repair or renovation projects similar to the
categories listed in paragraph 2 above. (3) Producing quality products
based on evaluation of a firm's quality control plan (QCP). The
evaluation will consider the management approach, coordination of
disciplines and subcontractors, and quality control procedures. b.
Qualified registered professional personnel in the following key
disciplines: architecture, structural engineering, mechanical,
electrical, fire protection specialist, certified industrial hygienist,
interior design, project management, civil. The evaluation will
consider education, training, registration, overall and relevant
experience and longevity with the firm. c. Past Performance on DoD and
other contracts with respect to cost control, quality of work, and
compliance with performance schedules, as determined from ACASS and
other sources. d. Capacity to initiate work and complete within the
time parameters of the project. The evaluation will consider the
experience of the firm and any consultants in similar size projects,
and the availability of an adequate number of personnel in key
disciplines. e. Knowledge of local conditions within the Kansas City
District military boundaries (Kansas and Missouri for Army, Air Force;
the upper Midwest for Army Reserves; others as assigned), specifically
regarding climatic conditions, local construction methods and local
construction climate impact on cost estimating. f. Extent of
participation of SB (including WOSB), SDB, historically black colleges
and universities, and minority institutions in the proposed contract
team, measured as a percentage of the total estimated effort. g.
Geographic proximity. h. Volume of DoD contracts awarded in the last 12
months to the prime A-E firm as described in Note 24. 1. SUBMITTAL
REQUIREMENTS. See Note 24 for general submission requirements.
Interested firms having the capabilities to perform this work must
submit one SF 255 (11/92) to the address listed below nolater than
close of business (4:00 PM Kansas City time) on January 19, 2000.
Copies of the SF 254 (11/92) for the prime firm and all consultants
shall be included with the SF 255. Include the firm's ACASS number in
SF 255, block 3b. Each firm/consultant listed within the SF 255 must
have a current SF 254 (submitted within the last 12 months) on file
with the Corps of Engineers, or one must be submitted with this
package. In SF 255, block 8, cite whether the experience is that of the
prime (or joint venture), consultant or an individual. Work cited that
is experience of the prime (or joint venture) from an office other
than that identified in Block 4 shall be so labeled. In SF 255, Block
10, describe the firm's overall QCP. A project specific QCP must be
prepared and approved by the government as a condition of contract
award, but is not required with this submission. In Block 10, indicate
the estimated percentage involvement of each firm on the proposed
team. Solicitation packages are not provided. This is not a request for
proposal. Submit responses to: U.S. Army Engineer District, Kansas City
ATTN: CENWK-CT-C/ Newman 760 Federal Building 601 East 12th Street
Kansas City, Missouri 64106-2896 2. QUESTIONS. Questions of a
contractual nature may be addressed Pamela Wellons, 816-983-3802 and of
a technical nature should be addressed to Christine Hendzlik at
816-983-3269 and those of an administrative Posted 12/10/99
(W-SN407728). (0344) Loren Data Corp. http://www.ld.com (SYN# 0023 19991214\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|