Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27, 2001 PSA #2839
SOLICITATIONS

C -- FIRM-FIXED PRICE A-E INDEFINITE DELIVERY TYPE (MULTI-DISCIPLINE) CONTRACT FOR FT. A. P. HILL, VA, BUT MAY BE USED THROUGHOUT THE BALTIMORE DISTRICT

Notice Date
April 25, 2001
Contracting Office
Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
ZIP Code
21201-1715
Solicitation Number
DACA31-01-R-0027
Response Due
May 30, 2001
Point of Contact
Contact, Jean Schofield, 804/633-8389
Description
Project Description: (DACA31-01-R-0027) 1. Contract information: Firm-Fixed Price A-E Indefinite Delivery Type (Multi-Discipline) Contract for Ft. A. P. Hill, VA, but may be used throughout the Baltimore District. Contract will be for a 12-month period and will contain an option to extend for up to two additional periods. The contract amount for the base period and any option period will not exceed $600,000 each period. Individual task orders shall not exceed the annual contract amount. Applicable NAIC code 54133 (prior SIC 8711) and size standard is $4,000,000. This is not a small business set aside. 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, and 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 Ft. A. P. Hill, Bowling Green, VA, 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 architectural, civil, geotechnical, structural, mechanical, electrical, lighting, plumbing, sanitary, and communications (voice and data) engineering; fire protection; landscape architecture; topographic surveying; cost estimating; hazardous material abatement design, and asbestos lead paint surveys. The firm shall use sustainable design consideration using an integrated approach and emphasizing environmental stewardship, especially energy and water conservation; use of recovered and recycled materials; waste reduction; reduction of harmful substances in facilities construction and operation; efficiency in materials and resource utilization; and development of healthy, safe and productive work environments. 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. Products shall be produced to Corps of Engineer guidelines and in specific formats as follows: specifications and reports in Microsoft Word, submittal registers and databases in Microsoft Excel, and drawings in Autocadd 2000. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan will be required with the proposal to the solicitation. It shall be consistent with Section 806 (b) of PL100-80, 95-507, and 99-661. A minimum of 35% 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, 2% with HubZone small business; and 3% veteran owned small businesses. 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, civil, geotechnical, structural, mechanical, electrical, lighting, plumbing, sanitary, communications, fire protection, landscape architecture, topographic surveying, cost estimating; asbestos, radon, and lead paint surveying; testing and abatement design capabilities. SF255 should clearly identify where work is to be preformed. Firm selected should demonstrate specialized experience in renovations and Real Property Maintenance Activity. 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 and SF254 for the prime and joint ventures(s) and SF254 for each consultant. In SF255, 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 May 30, 2001 to US Army Corps of Engineers, City Crescent Building, 10 South Howard St., Room 7000, Baltimore, MD 21201. Only one copy is required. 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, Jean Schofield can be reached at (804)633-8389. 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. For information regarding registration, contact: (1) CCR Web site at http://www.ccr2000.com (2)dial up modem at 614-692-6788 (User ID:ccrpud; Password:pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is http://www.fedecnavigator.disa.mil. Additionally, a paper form for registration may be obtained from the DoD electronic Commerce Information Center at 1-800-334-3414. This is not a request for proposal.
Record
Loren Data Corp. 20010427/CSOL002.HTM (W-115 SN50K2W1)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 25, 2001 by Loren Data Corp. -- info@ld.com