|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,2000 PSA#2526Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- INDEFINITE DELIVERY TYPE (MULTI-DISCIPLINE) FOR TOBYHANNA ARMY
DEPOT, PA, BUT MAY BE USED THROUGHOUT THE BALTIMORE DISTRICT SOL
DACA31-00-R-0005 DUE 022800 POC CONTACT, Patty Hensley,
410/962-7718/Technical POC, Harry Sauers, 570/895-6463 Project
Description: (DACA31-00-R-0005) 1. Contract information: Two (2) each
Firm-Fixed Price A-E Indefinite Delivery Type (Multi Discipline)
Contracts for Tobyhanna Army Depot, PA, but may be used throughout the
Baltimore District. Contract will be for a 12-month period and will
contain an option to extend for two additional periods. The contract
amount for the base period and the option periods will not exceed
$1,000,000 each period. Individual task orders shall not exceed the
annual contract amount. It be considered a small business the Standard
Industrial Code is 8711 and the size is $4,000,000. When one or more
AE Indefinite Delivery-Type contracts with similar scopes of work
exists, the basis for selecting an AE for a particular delivery order
will be based on several factors. Among these factors are current
capacity of the contracts, ability of the AE to perform the task in the
required time, any unique specialized experience that the AE can offer,
performance and quality of deliverables under the AE's current IDTC,
along with customer responsiveness. While this process is necessarily
a "subjective" process, the intent of this contract is to satisfy
customer needs in an expeditious and cost effective mode. The
concentration of work will be for Tobyhanna Army Depot, PA, but may be
used throughout the Baltimore District. 2. PROJECT INFORMATION: Work
may consist of preparation of reports, studies, design criteria, design
and other general architect engineering services for alteration,
maintenance, repair, and new construction projects; development of
plans and specifications for individual projects including renovation,
repair, or construction of building or building systems; replacement
of utility plants and systems such as air conditioning, heating,
mechanical, ventilation, interior and exterior electrical supply and
distribution; site work including roads, pavements, drainage structures
and other land improvements. The firm shall have the capability to
evaluate existing conditions and provide on-site assistance to develop
solutions to maintenance, repair, and construction requirements;
provide economic analyses; and engineering feasibility studies. Related
services such as furnishing drawings, specifications, and cost
estimates will also be required. The firm shall also have the
capability to provide other multi-discipline engineering services
including mechanical, electrical, civil, structural, lighting,
plumbing, sanitary, environmental, storm water management, sediment and
erosion control, communications (voice and data) engineering; fire
protection; cost estimating; asbestos, radon, and lead paint surveys
and testing and abatement design. Staff shall include registered or
certified personnel, including certified industrial hygienist. Firm's
staff must be capable of responding to multiple work orders
concurrently and within specified performance periods. SUBCONTRACTING
PLAN REQUIREMENTS: If the selected firm is a large business concern, a
subcontracting plan will be required with the proposal to
thesolicitation. It shall be consistent with Section 806 (b) of
PL100-80, 95-507, and 99-661. A minimum of 65% of the total planned
subcontracting dollars shall be placed with small business concerns. At
least 10% of total planned subcontracting dollars shall be placed with
small disadvantaged businesses, including Historically Black College
and University or Minority Institutions, 8% with women-owned small
businesses, and a total of 1% shall be placed with Hubzone Small
Business. The plan is not required with this submittal. 3. SELECTION
CRITERION: See Note 24 for general A-E selection process. The lead A-E
firm should have the capabilities either in house or through the use
of the subcontractors to provide the following: architectural,
mechanical, electrical, civil, structural, landscape Architect,
interior designer, environmental, foundations, fire protection, cost
estimating; asbestos, and lead paint surveying; testing and abatement
design capabilities. A-E firm selected should demonstrate specialized
experience in providing renovations, asbestos, lead paint, PCB, and/or
CFC design services such as surveying, testing, abatement, design,
contract specifications, cost estimates, and preparation of
construction procedures. Design services for storm water management,
sediment and erosion control, and National Pollutant discharge
elimination System (NPDES) permitting (including obtaining all
necessary state permits, etc.), is required. Experience with historic
restoration and the State Historic Preservation Office; and have
experience with State and Federal Environmental laws, NEPA (National
Environmental Policy Act, and RCLA (Resources Conservation and Recovery
Act), is required. Experience with energy studies, preparation of
project development brochures (PDB), and experience in the use of
MCACES is required. SUBMISSION REQUIREMENT: See Note 24 for general
submission requirements. (Note 24 is written in detail in any Monday
issue of the CBD). Interested firms having capabilities to perform this
work must submit SF255 & SF254 for the prime and joint ventures(s) and
SF254, block 3b, provide the ACASS number for the prime firm. In
SF255, Block 6, provide the ACASS number for each consultant, (if
available). Be advised that Baltimore District does not maintain
SF254's on file. Notwithstanding the statements to the contrary in
General Note 24 and Block 6 of the SF255, only SF254's submitted with
the SF255 will be considered in the evaluation. Submit responses not
later than 4:00 p.m., February 28, 2000 to US Army Corps of Engineers,
City Crescent Building, 10 South Howard St., Room 7000, Baltimore, MD
21201. Solicitation packages are provided only to the selected firm
after selection approval. Results of selection will be mailed to
non-selected firms approximately 70 days after closing of this
announcement. Technical Point of contact, Harry Sauers can be reached
at (570) 895-6463. Contracting Point of contact can be reached at
Internet: Patty.Hensley@usace.army.mil or (410) 962-7718. In order to
comply with 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. Contact CCR Web site at
http//www.ccr2000.com. Registration can also be accomplished via dial
up modem at 614-692-6788 (User ID:ccrpud; Password:pub2ccri) or through
any DoD Certified Value Added Network. Additionally, a paper form for
registration maybe obtained from the DoD electronic Commerce
Information Center at 1-800-334-3414. This is not a request for
proposal. Posted 01/27/00 (W-SN419389). (0027) Loren Data Corp. http://www.ld.com (SYN# 0016 20000131\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|