Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,2000 PSA#2645

US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090

C -- INDEFINITE DELIVERY CONTRACT #177 FOR GENERAL ARCHITECT/ENGINEERING SERVICES, PRIMARILY ELECTRICAL/MECHANICAL PRIMARILY NEW YORK DISTRICT BOUNDARIES SOL CBAEN-0-199-9 POC Willien Cunningham, Procurement Assistant 212-264-9123 Room 2037 Location of work: New York District Boundaries Scope of services required: Preparation of design and construction documents including plans, specifications, cost estimates, design analyses and construction services for various projects to include, but not be limited in scope to; primarily mechanical and electrical engineering, i.e., HVAC systems, plumbing, electrical, etc.; but also included are all other project types, such as rehabilitation of military, academic, historic, residential, and industrial buildings, roofing, foundation, roadway work and hazardous materials' abatement, including asbestos, lead paint, PCBs and Radon. The selected firm shall also have the capability of performing design reviews. These services will be provided under one (1) indefinite delivery contract. The cumulative amount of all delivery orders for each contract will not exceed $1,000000, and each delivery order will not exceed $1,000,000. Delivery orders for each contract may be issued for a period of one year from the date of contract award. Each contract will include an option for two (2) additional years under the same terms and conditions as the basic contract. The Government has the right to exercise the option for an additional one year after the monetary limit is reached prior to the expiration of the time period (365 calendar days). Within this period of time (from the time the option is exercised up until the 365 calendar days is exhausted), all negotiated task orders should use the labor rates from the previous period, until the 365 calendar days expire. After the 365 calendar days expire the negotiated rates for the option period can be used. The Government's obligation is to guarantee a minimum amount of payment of $20,000 for the first year and $10,000 for the second and third years. One A/E firms will be selected from this announcement Technical capability required: Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure quality control. The (Prime) firm must identify in their submittal the quantity and number of personnel in each discipline available in their working office. A QA/QC plan must be included in the submission. These specific abilities are required: Mechanical, Electrical, Architectural, Civil, Structural, and Environmental Engineering capabilities including Topo/Geotech Surveying capabilities are required. Maintenance and repair design experience and new construction design experience is required. Familiarity with Military Design is preferred for major disciplines. The firm must also identify a Fire Protection/Detection Specialist and Designer for this contract. In addition, a certified Industrial Hygienist, Lead/Asbestos Abatement Inspector, Geotech/Surveying and Cost Estimating capabilities are required.Special Qualifications: Previous experience with design of projects on military installations/academic environment is preferred. Experience in the preparation of Project Funding Justification Document (DD1391) is also preferred. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System (ARMS) via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experience with the Corp's M-CACES Gold Cost Estimating program, or the firm's capability to use the program is required. Production of drawings (CADD) must be accomplished in Microstation version 95 and/or AutoCadd (the latest version). Specifications and design analyses shall be prepared using MS Word 97. Cost estimates shall be accomplished in M-CACES.Closing date for submitting SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance: A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required.2. Professional qualifications necessary for satisfactory performance of required services.3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time. 5.Knowledge of the locality and location in the general geographical area of Fort Drum, NY provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. 6. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (If applicable)B. Secondary SelectionCriteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2. Geographic Proximity in relation to location of project. 3. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts.Approximate start date of contract: September 20009. Approximate completion date of contract: September 2003 Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507.. Firms which have not previously applied for New York District projects and firms which do not have a current SF254 on file with the New York District should submit two of the SF254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF254 for their consultants. a) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b) The A/E's request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. c) Debriefing(s) will occur within 14 calendar days after receipt of the written request. d) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENANENM, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 2649123. Posted 07/17/00 (W-SN475423). (0199)

Loren Data Corp. http://www.ld.com (SYN# 0022 20000719\C-0005.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on July 17, 2000 by Loren Data Corp. -- info@ld.com