|
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821,
Louisville, KY 40202-2230 C -- A/E SERVICES FOR TWO INDEFINITE DELIVERY CONTRACTS FOR THE DESIGN
OF VARIOUS MILITARY ARCHITECTURAL AND ENGINEERING PROJECTS PRIMARILY AT
FORT KNOX, KENTUCKY SOL DACA27-98-R-0058 POC Debra Bruner (502)582-5926
` TWO INDEFINITE DELIVERY CONTRACTS FOR THE DESIGN OF VARIOUS MILITARY
ARCHITECTURAL AND ENGINEERING PROJECTS PRIMARILY AT FT KNOX, KENTUCKY
PRIVATE 1. GENERAL CONTRACT INFORMATION: The proposed services will be
obtained by a negotiated Firm Fixed Price Contract and will be
primarily for military activities at Ft Knox, Kentucky but could
include work anywhere within Louisville District Mission Boundaries.
Projects will be awarded by Individual Delivery Orders not to exceed
$250,000 with the maximum contract value being $750,000. The estimated
construction cost per project is approximately between $100,000 and
$2,000,000. The contract period is one year from date of award with two
option periods (each additional period with an additional ceiling
amount of $750,000 respectively) to be awarded at the discretion of the
government. This announcement is open to all businesses regardless of
size. If a large business is selected to negotiate a contract, the firm
will be required to present an acceptable Small Business and Small
Disadvantaged Business Subcontracting Plan in accordance with Public
Law 95-507 prior to award of the contract. The current subcontracting
goals are 61.2% to Small Business, 9.1% to Small Disadvantaged Business
and 4.5% to Women-Owned Small Business. These percentages are applied
to the total amount of subcontracted dollars. Some projects may require
partnering with the selected firm which could require the selected A/E
to attend an approximate one-day partnering meeting to define the
User's expectations of the A/E, create a positive working atmosphere,
encourage open communication, and identify common goals. Significant
emphasis will be placed on the A/E's quality control procedures as the
District will not review quality into the project. Two contracts will
be awarded from this solicitation. 2. PROJECT INFORMATION: Predominate
activities are expected to require disciplines in architecture and the
engineering fields of mechanical, electrical, structural and civil.
However, multi-discipline technical teams must be available as
necessary for the preparation of plans, specifications, construction
cost estimates and/or technical studies in support of such projects as
a) building design, (new and/or renovation) and repairs to include
items as painting, window and door replacement, and roof repairs and/or
replacements; b) structural analysis and design (includes seismic
analysis); c) mechanical systems, HVAC and plumbing; d) electrical
systems, alarms, controls, interior/exterior lighting and distribution
systems; e) fire protection systems; f) site surveying; g) hydraulic
and hydrology analysis; h) geotech (soils engineering) activities; i)
road design, paving and resurfacing; k) site work including layout,
grading and drainage; l) water and waste water distribution and
treatment; m) interior space planning and design to include pre-wired
work stations; n) landscape planning; o) corrosion prevention and
control; p) construction management services, e.g. construction
supervision, preparation of record drawings, or the checking of shop
and working drawings, etc. q) survey, analysis, and abatement design
for hazardous materials encountered in building demolition and
renovation i.e. PCB's, asbestos, and lead in such forms as electrical
appurtenances, painted surfaces, floor tiling, pipe insulation and
roofing felts may be encountered. Metric design, (in whole or in part),
M-CACES cost estimating, and electronically developed drawings (AUTOCAD
or Intergraph Microstation) with the format of the final submittal
dependent upon the specific project may be required for any or all
authorized projects . A laboratory accredited in Bulk Asbestos Fiber
Analysis given by the National Institute of Standards and Technology
(NIST) under the National Voluntary Laboratory Accreditation Program
(NVLAP) must be available for hazardous material testing as needed.
Some work in enclosed/confined spaces may be required. 3. SELECTION
CRITERIA: See Note 24 for general selection process information. The
specific selection criteria (a through d being primary and e through h
secondary) in descending order of importance are as follows and must
be documented with resumes in the SF255: a) A designer and checker with
education, training, and specialized experience in architecture and in
the fields of civil, sanitary, hydraulic, geotech (soils engineering),
structural (independent of civil), mechanical, and electrical
engineering are necessary with at least one in each field
professionally registered. Additionally, professionals qualified by
education, registration, certification, and/or training in interior
design, landscape architecture, industrial hygiene, and hazardous
material inspection and abatement methods are necessary. The Interior
Designer must either be NCIDQ Certified, a registered Interior
Designer, or a registered architect with demonstrated training and
experience in interior design. The hygienist must be a Certified
Industrial Hygienist (CIH) as certified by the American Board of
Industrial Hygienist (ABIH). The hazardousmaterial inspector must have
successfully completed an EPA approved course for building inspectors
and asbestos management planners; b) Specialized experience and
technical competence in the expected activities identified above
(technical competence and experience in energy conservation, pollution
prevention, waste reduction, and the use of recovered materials must
be documented. as evidenced by the resumes of the personnel assigned to
this project; only resumes identifying the professionalism and
specialized experience of the design group are necessary. At least one
individual on the design team must be registered to practice in the
state of Kentucky for land surveying and civil engineering. Other
available personnel may be specified in paragraph 10 of the SF 255.
Technical competence and experience in energy conservation, pollution
prevention, waste reduction, and the use of recovered materials must be
documented. c) Capacity to complete the work in the required time; d)
Past performance on DOD and other contracts with respect to cost
control, quality of 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. In
addition, a brief Design Management Plan including an explanation of
the firm's management approach, management of subcontractors (if
applicable), quality control procedures and an organizational chart
showing the inter-relationship of management and various team
components (including subcontractors) must be included in paragraph 10
of the SF 255 4. SUBMITTAL REQUIREMENTS: a) See Note 24 for general
submission requirements. Any firm with an electronic mailbox responding
to this solicitation should identify such address in the SF 255.
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), Government A/E and Related Services for
Specific Projects to the office shown above. SF255 (Revision 10-83) is
obsolete and only the 11-92 edition of SF255 will be accepted. All
responses on SF255 to this announcement must be received no later than
4:30 p.m. local time on the 30th calendar day after the date of this
publication to be considered for selection. The day following this CBD
announcement counts as day number 1. If the 30th day falls on
Saturday, Sunday or a U. S. Government holiday, the deadline is the
close of business on the next Government business day. b) 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. C) Responding firms must submit
a current and accurate SF254 for each proposed consultant.
Additionally, all responding firms which do not have a current (within
the last 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 will be accepted. The business size
status (large, small and/or minority) should be indicated in Block 3 of
the SF255. Definition: A concern is small if the annual receipts
averaged over the past three (3) fiscal years do not exceed $2.5
million. D) No other information including pamphlets or booklets is
requested or required. E) No other general notification to firms under
consideration for this project will be made and no further action is
required. Solicitation packages are not provided for A/E contracts.
This IS NOT a request for proposals. RROR -- Posted 07/23/98
(W-SN227725). (0204) Loren Data Corp. http://www.ld.com (SYN# 0020 19980727\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|