COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS
C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL AND GENERAL ENGINEERING SERVICES
- Notice Date
- August 20, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107
- ZIP Code
- 19107
- Solicitation Number
- N/A
- Point of Contact
- Robert M. Bencal, (215) 656-6606
- Description
- The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contracts for Architectural and General Engineering Services. The contract will be for a base period with options for up to two (2) additional periods. A contract period shall not exceed 12 months. The maximum task order limit is $1,000,000.00. The cumulative amount of all task orders shall not exceed $1,000,000.00 in either the base or any of the option periods. The cumulative total for the base and the option periods shall not exceed $3,000,000.00. An option will be awarded at the discretion of the Contracting Officer based on reaching the value limit first and then reaching the time limit. 2. PROJECT INFORMATION: The selected firm will be used primarily for Architectural and General Engineering type services. The work under these contracts will primarily be in support of Military Installations, Civil Works, and the Work for Others Program, and missions assigned to the Philadelphia District. Most work will be within the Philadelphia District's boundaries. The District's boundaries include portions of the States of Pennsylvania, New Jersey, New York, Maryland, and Delaware. Work may be required outside of these boundaries. Primary work under this contract will involve but not be limited to; the construction, renovations, repairs and additions to institutional and industrial facilities. Other secondary work may include the construction, renovation, repair and addition to: residential, commercial, and recreational facilities. Types of related work including but not limited to highway, other paved surfaces, utility system, site work, interior design, and landscaping shall be a part of both the primary and secondary work. Both primary and secondary work shall include: architectural, civil, structural, mechanical, electrical, fire protection, geotechnical, interior design, support during construction, and landscaping. Other related work shall include historical preservation, life safety analysis, Americans with Disabilities Act (ADA) conformance, economic and life cycle cost analysis, planning, site investigations, design analysis, claims analysis, schedule preparation, surveying, studies, reports, and expert witness efforts. The Third level of work under this contract shall include but not be limited to: preparation of concept, preliminary and detailed designs for the removal/remediation/abatement/restoration of facilities and/or areas with environmental hazards including soil and groundwater, lead paint, asbestos, PCB's, and other contaminated wastes. Professional qualifications in the Primary areas shall include but not be limited to: architect, civil, geotechnical, structural, mechanical, electrical, fire protection engineers, landscape architect, interior designer, surveyor, specification writer and cost estimator for these efforts. Technical support, including drawing production, and other related efforts shall be required. Secondary professional qualification for other related and secondary design efforts shall include but not be limited to: environmental engineer, environmental scientist, certified industrial hygienist, biologist, geologist, chemist, hydrology, hydraulic engineering, Technical support, including drawing production, graphics, and other related efforts shall be required. Responding firms shall indicate their experience with the Automated Review Management Systems (ARMS), the Corps of Engineers M-CACES Gold cost estimating system, the U. S. Army Corps of Engineers Computerized Specifications (SPECSINTACT), and the production of drawings and graphic data in Computer aided Drafting and Design system (CADD). The contractor must be able to supply completed products in IBM PC compatible software. The contractor shall adhere to the Tri-Service spatial Data Standards. The firms must be qualified in the work areas described and be familiar with the requirements and regulations of the Corps of Engineers, the Building Codes, EPA, and other agencies which have jurisdiction. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience of the firm in the primary types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (2) Specialized experience of the firm in the other, secondary and third level types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Professional qualifications necessary for satisfactory performance of required services; (4) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) Past performance on relevant Department of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consideration; (6) 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; (7) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the 12 months preceding this announcement. Firms which desire consideration and meet the requirements described in this announcement are invited to submit a completed SF 254 (revised 11/92) and SF 255 (revised 11/92) for the prime firm and SF 254 for each consultant, to the above address, to the attention of Robert M. Bencal, Room 702, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday of Federal holiday, the deadline is the close of business of the next business day. As a requirement for negotiations, the selected contractor will submit for government approval a quality control plan that will be enforced through the life of the contract. The contracting officer reserves the right to terminate negotiations with firms that do not respond to government requests for proposals, information, documentation, etc. in accordance with established schedules. As a requirement for award, the selected contractor must be registered in the Central Contractor Registration (CCR). Include ACASS number in Block 3b, of the SF 255. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. This is not a request for proposals. No other notification to firms for this project will be made.
- Record
- Loren Data Corp. 20010822/CSOL005.HTM (W-232 SN50V4P8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|