Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1998 PSA#2093

U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300

C -- INFINITE DELIVERY CONTRACT FOR MULTIDISCIPLINE DESIGN SERVICES FOR (PRIMARILY MECHANICAL, ELECTRICAL) PROJECTS ASSIGNED TO THE FORT WORTH DISTRICT (PRIMARILY FORT SAM HOUSTON, TX) SOL DACA63-98-R-0015 POC Sharon McClellan (817)978-3939) WEB: Corps of Engineers, Fort Worth District Contracting Division, http://ebs.swf.usace.army. mil. E-MAIL: Sharon McLellan, Engineering Technical Manager, sharon.mclellan@SWF02.usace.army.mil. 1. CONTRACT INFORMATION: The proposed A-E services will be obtained under a negotiated indefinite delivery fixed price contract. The contract will be for a base period, not to exceed one year, and one option period of not to exceed one year. The contract will be for a not to exceed maximum amount of $2,000,000.00 ($1,000,000.00 basic; $1,000,000.00 for one option period), with a maximum task order amount of $1,000,000.00. Projects outside the primary area of responsibility may be added at the Governments discretion upon agreement with the applicable District and/or agency. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. SIC Code 8711 and 8712 apply. The contract is expected to be awarded on or about September 1998. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Fort Worth District goal on work to be subcontracted is that a minimum of61.2% of the Contractor's total intended subcontract amount be placed as follows: 9.1% be placed with Small Disadvantaged Businesses (SDB), 9.4% be placed with Historically Black Colleges/ Universities or Minority Institutions; 4.5% be placed with Women Owned Small Businesses (WOB) and the remaining 38.2% be placed with Small Businesses (SB) for a total of 61.2%. The plan is not required as part of this submittal. The Service Contract Act will apply to this contract. 2. PROJECT INFORMATION: The work may involve design, drafting, planning, studies and site investigations. Although this contract is for primarily mechanical/electrical services a historic preservation architect will be required to comply with Fort Sam Houstons Historic Preservation Program. Projects are expected to be for maintenance, repair or alterations to existing historical facilities and/or new construction. Work also includes historic preservation, field investigations, technical feasibility assessment, design analysis and preparation of plans and specifications in accordance with applicable military criteria and standards, designs/studies for value engineering, HVAC systems, environmental or EPA considerations. Services during a project's construction phase may also be required. 3. SELECTION CRITERIA: See CBD Note 24 (Monday issue) for general description of selection process. Selection criteria listed in descending order of importance are as follows: A. Professional Capabilities: This contract will require, (either in-house or through consultant) as a minimum, the following: (1) 3 Mechanical and 3 Electrical Engineers, 2 Architects, 2 Civil and 2 Structural Engineers, Value Engineering Specialist, Cost Estimating and Land Surveyors, Environmental Design/Remediation Expertise, lab testing, air monitoring and design to Fire Protection/Life Safety codes. (2) Both Architects must be qualified in Historical Architecture, have a BA Degree and at least 2 years of recent practical experience on renovation of structures that are listed on the National Register of Historic Places. B. Specific Experience and Technical Competence: Fort Sam Houston contains in excess of 900 historical buildings and structures, some of which are listed on the National Register of Historic Places. (1) The selected team must demonstrate extensive experience in the design of repair, renovation or alteration of existing historical facilities and infrastructures in the central, South Central USA (indicate the percentage of your firms fees for work of this nature in the last 3 years in block 10) paying particular attention to conditions, utility systems, value engineering and new construction. (NOTE: Value Engineer must have completed at least 40 hours of VE training.) (2) Firms must show experience in evaluating contractor's submittals and construction surveillance. (3) Firms must have at least five year's experience in Fire Protection/Life Safety Design and be familiar with the use and application of NFPA codes 80 and 101. (4) Demonstrate experience in working with a testing laboratory to design for water quality, removal of friable asbestos and remediation of lead-based paint hazards and underground toxic substances. (5) Firm must demonstrate success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. C. Firms must show adequate team capacity to design five Task Orders concurrently meeting all schedules. D. Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. E. Geographical Location: Firms must show familiarity with Fort Sam Houston, TX and the surrounding area and must address fast response capabilities. F. Computer Media for a Computer Aided Design and Drafting (CADD) system shall be Bentley Microstation 95 or 97SE. Specifications, Design Analysis, Cost Estimates and other project documents, for Fort Sam Houstons use, shall be completed using Microsoft Office 97 (Microsoft Word and Excel) on IBM compatible equipment. Construction cost estimates, prepared for the Fort Worth Districts use, will utilize our PC based computer Aided Cost Estimating System (M-CACES) (Software will be provided by the Government). If any other media is used, the firm will be fully responsible for providing the Government with any and all conversion software, including appropriate licenses and documentation as required at no additional cost to the Government. All documents shall be provided on 3 1/2" CD ROMs. G. In Block No. 10 of the SF 255, show last 12 month's DOD awards. H. Extent of participation of SB, SDB, HBCU/MI and WOB in the proposed contract team, measured as a percentage of the estimated effort. Large firms must submit consultants to meet these goals. (This item will be used as a tie breaker during the selection process.) I. Block No. 10 will be limited to ten pages maximum. 4. SUBMITTAL REQUIREMENT: A. See CBD Note 24 for general submission requirements. Interested firms must provide one submittal package including an original SF 254 and SF 255 no later than 4:30 p.m. on the 30th day after the date of this announcement to be considered. The 11/92 version of the forms must be used. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next business day. B. Responding firms must submit a current and accurate SF 254 for the prime firm and each proposed consultant. It must be provided for the specific office proposed to do the work. Indicate in Block No. 4 of SF 254 if your firm is a Large, Small, Small and Disadvantaged or Woman-Owned Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $2.5 million. C. Submit only one completed SF 255. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. D. Include CBD announcement number in Block NO. 2b of the SF 255. E. In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract (not necessarily total capacity), Consultants as (A) and in-house as (B). F. In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes of the on-staff or consultant employees you intend to use to perform the work in the anticipated design time and the type of projects they will perform in Block No. 7 of the SF 255. Block No. 7 may be repeated as needed to identify all the major disciplines and key team members. Selection will be based on the total team members presented in the SF 255, primarily in Block No. 4. Resumes must be submitted for all personnel listed in Block No. 4 to meet the minimums stated in 3.a(1). G. In Block No 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. H. Personal visits to discuss this project will not be scheduled. I. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. See Note 24. (0128)

Loren Data Corp. http://www.ld.com (SYN# 0025 19980512\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page