Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1, 2001 PSA #2779
SOLICITATIONS

C -- ARCHITECT-ENGINEER SERVICES, PRIMARILY ARCHITECTURAL, INDEFINITE DELIVERY CONTRACT #3 WITHIN NY DISTRICT BOUNDARIES, PRIMARILY MCGUIRE AIR FORCE BASE/FT. DIX AREA, NEW JERSEY

Notice Date
January 30, 2001
Contracting Office
US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
ZIP Code
10278-0090
Solicitation Number
CBAEN-01-0003
Point of Contact
Willien Cunningham, Procurement Assistant 212-264-9123
Description
Scope of Services required: These services will be provided under one (1) indefinite delivery contract. This contract will be for a base period of up to 12-months, with two option periods of up to 12 months each. The contract amount base period plus two options) will not exceed $3,000,000 and will not exceed $1,000,000 per period. Individual task orders will not exceed $1,000,000. This contract will include an option for two (2) additional periods under the same terms and conditions as the basic contract. The Government has the right to exercise the each option period after the monetary limit is reached for the base period and the 1st option period, prior to the expiration of the time period (365 calendar days). Regardless of issuance of succeeding option years, all negotiated task orders will use the 1st year rates for the 1st 365 calendar days of the contract. Likewise, the negotiated rates for the second year will be in effect for the 2nd period of 365 calendar days of the contract. The Government's obligation is to guarantee a minimum amount of payment of $20,000 for the base period and $10,000 for each option period. One A/E firm will be selected from this announcement. Estimated construction cost range is not applicable. Technical capability required: A/E services for the preparation of plans, specifications, analysis, reports, cost estimates, Request for Proposal (RFP) for design build contracts and studies for miscellaneous projects which include, but not limited to the design of new and/ or renovations of existing Aircraft hangers, Corrosion Control Facilities, Aircraft Maintenance Shops, Flight Simulator Buildings, Aircraft Aprons and Taxiways, Aircraft Operations Facilities, Flight line Operations and Aircraft Ground Support, and Avionics Buildings, Clean Rooms (temperature and humidity requirements), offices, buildings, HVAC systems, roofing, plumbing, electrical systems, foundation, structural, utility systems, communications, site work, sidewalk and roadway work. These project work/design will be performed in conformance with COE regulations and DOD design standards. Comprehensive Interior Design, construction services, and technical review of work by others may be included. Environmental studies to include permit investigations; the completion of permit applications and wetlands evaluation may be included. Lead paint, contaminated soil, and asbestos/PCB abatement may be included. Topographic surveys and subsurface explorations may be included. The selected firm will be required, to the maximum extent possible, to produce the entire design in hard metric units.The following specific abilities and disciplines are minimally required: Architectural, Landscape Architecture, Civil, Electrical, Mechanical, Structural, Cost Estimating, Fire Protection Specialist (The fire protection specialist is defined as one of the following: (i) An engineer having at a minimum a BS degree in fire protection engineering, plus a minimum two years working experience in fire protection design; (ii) PE license in fire protection engineering; (iii) A registered PE and member grade status in the National Society of Fire Protection Engineers; (iv) An engineer with a minimum 10 years in fire protection experience with member grade status in the Society of National Fire Protection Engineers; and (v) a registered architect with member grade status of Society of Fire Protection Engineering. Services of the registered architect in relation to fire protection, shall be limited to building compliance and life safety code compliance analysis.), Interior Designer, Surveying, Geo-technical, Environmental specialists, and Certified Industrial Hygienist. Project lead personnel for engineering and architectural disciplines indicated above must be a registered. Firms may be requested to fast track delivery orders. Multidiscipline capabilities of the prime firm is preferred. Firms must submit in their submission a plan for management of consultants, a plan for successful quality control and how they will integrate all design disciplines. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System (ARMS). Experience with the Corp's M-CACES Gold Cost Estimating program, or the firm's capability to use the program is required. Production of drawings (CADD) must be accomplished in the latest versions of Microstation and AutoCaD. Specifications and design analyses shall be prepared using the latest version of MS Word. In addition to the above, the selected firm should be required to produce Plans and Specifications in Electronic Bid Solicitation (EBS) format. Specification sections are to be provided in Portable Document Format, (.pdf) and Contract Design files are to be provided in Continuous Acquisition and Life-Cycle Support format, (.cal). Cost estimates shall be accomplished in the latest version of M-CACES.Special Qualifications: The selected firm must have proven capability to produce multiple delivery orders simultaneously. Previous experience in military installations, and particularly Air Force installations is preferred. A/E must have previous experience in the design of at least four (4) of the following and related relevant experience in the remainder: Aircraft hangers; Aircraft Corrosion Control Facilities; Aircraft Maintenance Shops; Flight Simulator Buildings; Airfield Aprons and Taxiways; Aircraft Operations Facilities; Flight line Operations and Aircraft Ground Support; and Avionics repair/maintenance facilities. A/E must have previous experience with preparing Request for Proposal (RFP) for design build contracts. Because it is likely that environmental permits and supporting documentation may have to be submitted to state and/or local authorities, responding firms shall indicate in their submissions either an environmental or civil engineer that is registered in the State of New Jersey. Closing date for submitting SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. If sub-consultants are to be utilized, a SF254 must be submitted for each sub-consultant. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance:A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary for satisfactory performance of required services.3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time.5.Knowledge of the locality and location in the general geographical area of New Jersey and the New York District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area.6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design.B. Secondary Selection Criteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2. Geographic Proximity in relation to location of McGuire Air Force Base/ Ft Dix, New Jersey 3. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, veteran-owned small business (including service-disabled veteran-owned small business (HUBZone small business, small disadvantaged business and women-owned small business concerns.Approximate start date of contract: 2001 Approximate completion date of contract: 2003 Small business, veteran-owned small business (including service-disabled veteran-owned small business (HUBZone small business, small disadvantaged business and women owned small business concerns. are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small business, veteran-owned small business (including service disabled veteran-owned small business), HUBZone small business and women-owned small business concerns. firms in accordance with Public Law 95-507.Firms which have not previously applied for New York District projects and firms which do not have a current SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants.a) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b) The A/E's request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification.c) Debriefing(s) will occur within 14 calendar days after receipt of the written request.d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123.
Record
Loren Data Corp. 20010201/CSOL002.HTM (W-030 SN50C241)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on January 30, 2001 by Loren Data Corp. -- info@ld.com