COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25, 2001 PSA #2943
SOLICITATIONS
C -- IDIQ CONTRACT FOR A/E SERVICES FOR VARIOUS CIVIL/MILITARY PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION NATIONWIDE MISSION BOUNDARIES (8A SET ASIDE)
- Notice Date
- September 21, 2001
- Contracting Office
- U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W22W9K-1199-1927
- Response Due
- October 25, 2000
- Point of Contact
- Contracting POC -- Barbara Simpson (502) 315-6210; Technical POC -- David Dale (502) 315-6310
- Description
- TITLE: ARCHITECT-ENGINEER SERVICES FOR ONE 8(A) SET ASIDE INDEFINITE DELIVERY CONTRACT FOR VARIOUS MILITARY/CIVIL PROJECTS PRIMARILY WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION NATIONWIDE MISSION BOUNDARIES 1. GENERAL CONTRACT INFORMATION: The proposed services will be obtained by a negotiated Firm Fixed Price Contract. Projects will be awarded by Individual Task Orders not to exceed $500,000.00 with the maximum contract value being $500,000.00 for the base year. The estimated construction cost per project is approximately between $100,000.00 and $20,000,000.00. The contract period is one year from date of award with an option to extend two additional periods with an additional $500,000 for each period the option is excised. Contract options may be exercised before the expiration of the base contract period (or preceding contract period), if the contract amount for the base period (or preceding contract period) has been exhausted or nearly exhausted. This announcement is set aside for 8(a) businesses only. The NAICS code is 541330 and the small business size standard is $4,000,000.00. The current subcontracting goals are 61.4% to Small Business, 9.1% to Small Disadvantaged Business, 5% to Woman-Owned Small Business, 3% to Veteran Owned Business, and 2.0% to HUBzone Small Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the A/E's quality control procedures, as the District will not review quality into the project. The contract is anticipated to be awarded in December 2001. If necessary, secondary selection criteria (e-h listed below) will be used as a tiebreaker after evaluating criteria a-d. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, via the CRR Internet site at http://ccr2000.com or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Projects may consist of A/E services for horizontal and vertical military or civil works projects. A/E services may consist of complete designs; concept level designs; development of design/build requests for proposal; site investigation of existing conditions; engineering services during construction/construction management services; demolition; hazardous materials survey, analysis, and abatement methodology; sustainable design; construction cost estimates and schedules; and technical studies/analysis in support of design for new construction and renovation projects at various locations. 3. SELECTION CRITERIA: See Note 24 for general selection process information. The specific selection criteria (a through d are primary and e through h secondary) in descending order of importance are as follows and must be documented with resumes in the SF 255: a) Professional Qualifications: A designer and checker with education and specialized experience in the following fields; architecture; civil; geotechnical;(soil engineering); structural (independent of civil); mechanical; environmental; and electrical engineering are necessary with at least one in each field professionally registered in the relevant professional field as an engineer or architect. At least one civil engineer must be registered in the states of Tennessee and Kentucky. Additionally at least one professional qualified by education, registration, certification, and/or training is required in each of the following fields; interior design, landscape architecture, fire protection, life safety, and hazardous material inspection and abatement methods are necessary. The Interior Designer must be NCIDQ Certified, a registered Interior Designer, or a registered architect with demonstrated training and experience in interior design. The hazardous material inspector must have successfully completed an EPA approved course for building inspectors and asbestos management planner. b) Specialized Experience and technical competence in the expected activities identified above (including experience on: design/build projects, projects utilizing "Sustainable Design", construction cost estimating using MCACES, Electronic drawing development utilizing a CADD system (Intergragh Microstation is the preferred format), and design charrettes) as evidenced by the resumes of the personnel assigned to this project. Only resumes identifying the professionalism and specialized experience of the design group is necessary. Other available personnel may be specified in paragraph 10 of the SF255. In addition, a brief Design Management Plan including an explanation of the firm's management approach, management of subcontractors (if applicable), quality control procedures (for plans, specifications, design analysis and electronic documents), firms procedures to insure that internal resources are not over committed, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in paragraph 10 of the SF255; c) Capacity to complete the work in the required time with the understanding that this contract will require multiple design teams to work individual task orders at various locations simultaneously; d) Past performance on DOD and other contracts with respect to cost control, quality work, and compliance with performance schedules; e)Superior performance evaluations on recently completed DOD contracts; f) Geographical location and knowledge of the locality of the project; g) Volume of DOD contract awards in the last 12 months as described in Note 24; h) 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. 4. SUBMITTAL REQUIRMENTS: See Note 24 for general submission requirements. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF255. Please identify ACASS number of submitting office Block 3b of the SF255. ACASS numbers may be obtained by contacting Portland Corps of Engineers website at: http://nwp.usace.army.mil/ct/i or by contacting Portland Office at 503-808-4591. The Army single face to Industry site is http://acquisition.army.mil/default.htm. Release of firm status will occur within 10 days after approval of any selection. Firms which are interested and meet the requirements described in this announcement are invited to submit one completed SF255 (Revision 11-92). All responses on SF255 to this announcement must be received no later than 25 October 2001. a) It is requested that interested firms list the fee amount and date of all DOD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF255; b) Responding firms must submit a current and accurate SF254 for each proposed consultant. Additionally all responding firms that do not have a current, (within 12 months) SF254 on file with the North Pacific Division, Corps of Engineers must also furnish a completed SF254. If a SF254 is included, only the 11-92 edition on the form will be accepted. The business size status (large, small and /or minority) should be indicated in Block 3 of SF255. Definition: A concern is small if its annual receipts average over the past 3 fiscal years do not exceed $4.million; c) No other information including pamphlets or booklets is requested or required: d) No other general notification to firms under consideration for this project will be made and no further action is required. Submit responses to U.S. Army Corps of Engineers, ATTN: Barbara Simpson, 600 Dr. Martin Luther King, Jr., Place, Room 821, Louisville, KY 40201. Questions of a technical nature should be addressed to David F. Dale, CELRL-ED-M-A at (502) 315-6310. and those of an administrative nature to Barbara Simpson at (502) 315-6210.
- Record
- Loren Data Corp. 20010925/CSOL001.HTM (W-264 SN50Y3W2)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on September 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|