COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6, 2001 PSA #2782
SOLICITATIONS
C -- ARCHITECT AND ENGINEERING SERVICES FOR THE PREPARATION OF DESIGN AND CONSTRUCTION DOCUMENTS
- Notice Date
- February 2, 2001
- Contracting Office
- Directorate of Contracting, 2174 13 1/2 St, Fort Campbell, Ky 42223-5358
- ZIP Code
- 42223-5358
- Solicitation Number
- DAKF23-01-R-0205
- Response Due
- March 5, 2001
- Point of Contact
- Contract Specialist, Elizabeth P. Hill, 270-798-7833
- E-Mail Address
- Contract Specialist, Elizabeth P. Hill (hilll@emh2.campbell.army.mil)
- Description
- 17. DESC: A-E Services for the preparation of design and construction documents including plans, specifications, cost estimates, design analyses, and construction services for various projects primarily within the boundaries of Fort Campbell, Kentucky. The design services that may be required will consist of but not limited to one or more of the following: rehabilitation/construction of buildings, building repairs, additions, upgrades and alterations, road and site improvements, sanitary and storm water systems, utility systems, HVAC and plumbing systems, fire protection systems, electrical distribution systems, telecommunication systems, fire alarm systems, asbestos, lead and PCB abatement. Renovation and new construction to include painting; windows and doors; structural analysis and design; mechanical work and drainage. An abatement design for hazardous materials encountered in building demolition and renovation. An indefinite delivery contract (IDC) will be negotiated/Fixed-Firm Price and awarded for a period of one (1) year with two (2) option years. Task orders for both the base and option years shall not exceed $500,000.00, and each task order will not exceed $150,000.00. The cumulative total of all task orders for both the base year and both option years shall not exceed $1,500,000.00. Task orders for each contract period may be issued for a period of one year from the date of contract award. The Government has the right to exercise an option after the monetary limit is reached prior to the expiration of the base year. The Government's obligation to guaranteed a minimum amount for payment will apply to the base year and all subsequent option years. The guaranteed minimum is $5,000.00 for the base year and $5,000.00 for the second and third years. The contract is anticipated to be awarded in April 2001. This announcement is being solicited on a Partial Set-Aside basis. It is the Government's intent to award one (1) contract under the 8a Program/set-side portion and to award one (1) contract unrestricted/non-set-aside portion. Based upon Government requirement, additional contracts may be awarded to firms over the next twelve (12) month period that responded to this notice and were determined eligible for negotiation with the Government. Before award of this contract, the firm (if not small business concern) shall be required to present an acceptable Small Business Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. The plan is not required with this submittal. For informational purposes, The Small Business Size Standard is $4.0 million ( annual receipts over the past three fiscal years averaged less than $4 million). PRIMARY SELECTION CRITERIA: The following are the selection criteria in descending order of importance. A. PROFESSIONAL QUALIFICATIONS: The selected firm must have Architects and Engineers with professional registration (registration/license numbers and date of registration shall be provided in submittal) with experience in the following disciplines: Architectural, Civil, Structural, Mechanical, Electrical, and Environmental Engineering capabilities including Topographical and Geo-technical Surveying capabilities are required. The firm must also identify a Fire Protection/Detention Specialist/Engineer, Certified Industrial Hygienist, (Certification Number & Date Received Required), Lead/Asbestos Abatement Inspector, Specification Writer, and Cost Estimator. Maintenance and repair design experience and new construction design experience is required. Familiarity with Military Design is preferred for major disciplines. Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure quality control. The firm shall submit a Quality Assurance/Quality Control Plan as part of their submission. The firm shall identify the quantity and number of personnel in each discipline available in their working office. Only resumes identifying the professional and specialized experience of the design group are necessary. Other available personnel may be specified in paragraph 10 of SF255. B. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Previous experience with design of projects on military installation preferred. Experience in the preparation of Project Funding Justification Document (DD1391) is also preferred. Past experience with the Corp's M-CACES is required. In addition, firms should indicate their CADD capability and micro-station SE compatibility. The selected firm will be responsible for obtaining current copies of HQUSACE specifications at their own expense for preparation of the project specifications. Specifications must be electronically developed using Guide Specifications (CEGS). Certain sections will be specific to Fort Campbell. C. CAPACITY TO ACCOMPLISH WORK: Firm must demonstrate the ability to complete work within the required time frame specified for each individual task order, including multiple task orders. D. PAST PERFORMANCE Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performances schedules. Provide any recent ACASS evaluations, (excellent performance evaluations on projects that have recently been completed will be considered) or letters of recommendation. E. GEOGRAPHICAL LOCATION and knowledge of the locality of the Fort Campbell boundaries. SECONDARY SELECTION CRITERIA: A. VOLUME OF WORK previously awarded to the firm by the Department of Defense. B. GEOGRAPHICAL PROXIMITY Physical location of firm in relation to the project. C. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. SUBMISSION REQUIREMENTS: Closing date for submitting on 11-92 version of SF 254 and SF 255: 4:30 P.M., 5 MAR 2001. The SF 255 shall contain no more than 15 projects for the prime and any subcontractors combined. This is not a Request for Proposal (RFP). All requirements of this announcement MUST be met for a firm to be considered responsive. These guidelines should be closely followed since they constitute procedural protocol in the manner which the selection process is conducted. Submit copies of submittals to: Directorate of Contracting, ATTN: Ms. Liz Piggee-Hill, Building 2176, 13 1/2 Street, Fort Campbell, Kentucky, (270) 798-7833. See Numbered Note(s) 24.*****
- Web Link
- Directorate of Contracting (http://www.campbell-doc.army.mil)
- Record
- Loren Data Corp. 20010206/CSOL001.HTM (W-033 SN50C5M6)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|