|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1998 PSA#2035U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P.O. BOX 2288,
MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE, AL 36602 C -- IDC FOR A-E SVCS PRIMARILY IN SUPPORT OF THE MOBILE DISTRICT'S
MISSION IN LATIN AMERICA SOL DACA01-98-R-0037 DUE 031998 POC Contact
Dewayne Brackins, 334-694-3743; Contracting Officer, Edward M. Slana
(Site Code W31XNJ) CONTRACT INFORMATION: A-E services are required for
an Indefinite Delivery Contract primarily in support of the Mobile
District's Mission in Latin America. This announcement is open to all
businesses regardless of size. The contract will be awarded for a one
year base period with options to extend the contract for two additional
one year periods. Work under this contract to be subject to
satisfactory negotiation of individual task orders, with the total
contract not to exceed $1,000,000 for each contract period. (If the
$1,000,000 limit for a contract period is exhausted or nearly exhausted
prior to 12 months after the start of the period, the option for the
next contract period may be exercised). There is a possibility that
multiple contracts may be awarded on this solicitation. Selection of
A-E firms is not based upon competitive bidding procedures, but rather
upon the professional qualifications necessary for the performance of
the required services. The firm's and/or consultant's cost engineering
or estimating specialist(s) for each required design discipline
applicable to this project, such as architectural, structural, civil,
mechanical or electrical, etc., must be specifically identified and his
(their) competence indicated by resume(s) in block 7 of the SF 255. The
cost engineer(s) or estimator(s) for this project must be full-time
professional cost engineer(s) or estimator(s). The estimates for this
project will be required to be prepared utilizing IBM/MS-DOS compatible
"MCASES GOLD" estimating software. The firm selected must demonstrate
experience utilizing this software either through training or use. The
software, user manual and databases will be provided by the Mobile
District free of charge to the successful A-E. PROJECT INFORMATION: The
A-E firms shall perform all services specifically defined in the scope
of work for each individual task order awarded under this Indefinite
Delivery Contract. All drawings and specifications shall be furnished
in metric format. Contractor may be required, on some task orders, to
provide submittals in both English and Spanish language. SELECTION
CRITERIA: See Note 24 for general selection process. The selection
criteria are listed below in descending order of importance (first by
major criterion and then by each sub-criterion). Criteria A-E are
primary. Criteria F-G are secondary and will only be used as
"tie-breakers" among technically equal firms. A. Professional
Capabilities: The contract will require the following registered
engineering disciplines with recent design experience on such large
scale complexes and with possibly a Spanish speaking lead in the
Architect and/or Engineer: (1) Mechanical Engineer; (2) Structural
Engineer; (3) Civil Engineer; (4) Electrical Engineer; (5) Cost
Estimating; (6) Architect; (7) Landscape Architect; (8) Interior
Designer; (9) Project Manager; (10) Security. Resumes (Block 7 of the
SF 255) must be provided for these disciplines, including consultants.
Use the nomenclature as shown in this announcement. Additional
evaluationfactors are provided in order of importance: B. Specialized
experience and technical competence in: (1) Master Planning; (2)
programming; (3) Charrettes; (4) detail designs on large facilities;
(5) Request For Proposal Preparation; (6) Cost Estimating; (7) Design
review assistance of design/ build contractor's design. Describe in
Block 10 of the SF 255 the firms's quality management plan, including
the team's organizational chart, quality assurance, cost control, and
coordination of the in-house work with consultants. C. Capacity to
Accomplish the Work: Capacity to do at least three (3) $250,000
individual task orders simultaneously. The selected firm must have the
capability to perform multiple taskings concurrently; D. Past
Performance: Past performance on DoD and other contracts with respect
to cost control, quality of work, and compliance with performance
schedules; E. Geographic Location: Geographic location with respect to
Latin America. F. Equitable Distribution of DoD contracts: Volume of
DoD contract awards in the last 12 months as described in Note 24.
SUBMISSION REQUIREMENTS: See Note 24 for general submissions
requirements. Firms must submit a copy of their SF 254 and SF 255, and
a copy of each consultant's SF 254. The 11/92 edition of the forms
must be used, and may be obtained from the Government Printing Office.
To be considered, submittals must be addressed as follows: U.S. Army
Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne
Brackins, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288,
Mobile, AL 36628-0001. Submittals must be received no later than 4:00
P.M. local time, on 19 March 1998. Include ACASS number in Block 3b of
the SF 255. Call the ACASS Center at 503-326-3459 to obtain a number.
A maximum of ten (10) projects, including the prime and consultants,
will be reviewed in Block 8. Solicitation packages are not provided.
This is not a request for proposal. As required by acquisition
regulations, interviews for the purpose of discussing prospective
contractors' qualifications for the contract will be conducted only for
those firms considered highly qualified (0047) Loren Data Corp. http://www.ld.com (SYN# 0028 19980219\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|