COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30, 2001 PSA #2777
SOLICITATIONS
C -- ARCHITECT AND ENGINEERING SERVICES
- Notice Date
- January 26, 2001
- Contracting Office
- Directorate of Contracting, Attn: ATZL-GCC, 600 Thomas Ave., Bldg 198, Ft. Leavenworth, KS 66027-1389
- ZIP Code
- 66027-1389
- Point of Contact
- Deborah K. Smith, 913-684-1630
- Description
- CONTRACT INFORMATION: Professional Architectural/Engineering services for the design of maintenance, repair and minor construction projects at Fort Leavenworth, Kansas. One indefinite delivery contract will be negotiated and awarded, with a base period of one year and two option years. Individual, fixed-price task orders will be issued not to exceed $150,000 each with a total cumulative amount of $750,000 for a one year period with an option to extend the contract for 2 additional years with a like amount. The contract is anticipated to be awarded in July 2001. PROJECT INFORMATION: This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the contract are a minimum of 10% of the contractor's intended subcontract amount to be placed with Small Businesses (SB), 5% be placed with Small Disadvantaged Businesses, 5% be placed with Women-Owned Businesses, 5% with Service-Disabled Veteran-Owned Small Businesses and 2% with Historically Underutilized Business Zone Businesses Business concerns in accordance with Public Law 95-507. The plan is not required with this submittal, but must be approved prior to award to any large business. For informational purposes the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years does not exceed 2.5 million. The North American Industry Classification System (NAICS) is 54133. Design work will include site investigation, design analysis, preparation of engineering drawings, specifications, construction schedules and cost estimates. Work may also include preparation of special reports or studies of an engineering nature; and review of shop drawings. Examples of potential projects include: repair or replacement of mechanical, electrical or fire protection/detection systems; interior designs; renovation of historic structures; repair or replacement of infrastructure systems; correction of drainage problems; repair or upgrade of structural systems including seismic design; and repair or replacement of architectural features (roofing, siding, windows, doors etc.). Projects may also include the design of small-scale new buildings or structures. Specific design criteria will be furnished with each task order. As part of the scope of work on some projects there will be a need to identify and plan for abatement or removal of hazardous materials such a asbestos and lead paint. Work may be done in different types of facilities including administrative, housing, commercial, light industrial, correctional, educational and infrastructure support (roads, grounds and utilities). The firm shall have experience in the application of integrated design techniques in the production of environmentally responsible and sustainable facilities. The firm shall have a minimum of 1 staff member either in-house or under sub-contract in each of the following disciplines, architecture, civil, structural, mechanical, electrical, environmental, fire protection, historical restoration, and interior design. SELECTION will be based on the following criteria listed in descending order of preference. Items a through d are the primary selection criteria. The criteria in e, f and g only will be applied in a tie-breaker situation. a. Professional capabilities. Responding firms shall demonstrate capability in these disciplines (at least one separate individual responsible in each of the following disciplines, either in-house or under subcontract); architecture, civil, structural, mechanical, electrical, fire protection and interior design. b. Specialized experience and technical competence. Specific specialized experience includes experience similar to that stated above in project information and the following: (1) Design quality management procedures. Your Design Quality Control Plan should include a presentation of internal controls, review and specific quality control processes that will be used to ensure a quality design is produced. (Cited in Block 10 of SF 255), (2) The firm shall have the ability to prepare drawings in an automated format compatible with AutoCAD release 2000 and specifications compatible with Microsoft Word 97. Specifications shall be prepared utilizing the Corps of Engineers Standard Guide Specifications. The firm shall have access to the most recent editions of the Guide Specs. through the Construction Criteria Database (CCD) or equivalent service. (3) Completion schedules will be delineated with each task order, however the firm shall have the ability to have up to 3 task orders under design simultaneously. c. Past Performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. d. Capacity. The firm's experience with similar size projects and the available capacity of key disciplines (total strength in a discipline in comparison to a firm's current workload) to perform the work in the required time. e. Location of firm in general geographical area of the project. f. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract, measured as a percentage of the estimated effort. g. Volume of DOD contracts awarded in the last 12 months to the prime AE firm. (Cited in Block 10 of SF 255.). SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit a SF255 to the address listed below no later than 30 days from the published date of this announcement in the CBD. 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 Engineer, or one must be submitted with this package. Only the November 1992 edition of the SF 254/255 will be accepted. Solicitation packages are not provided. This is not a request for proposals. Submit responses to: ATTN: Deborah Smith, Directorate of Contracting, 600 Thomas Avenue Unit 3, Fort Leavenworth, Kansas 66027-1417.
- Record
- Loren Data Corp. 20010130/CSOL002.HTM (W-026 SN50B9Z3)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on January 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|