Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1998 PSA#2065

U.S. Army Engineer District, Norfolk, Attn: CENAO-EN, 803 Front Street, Norfolk, Virginia 23510-1096

C -- A-E SERVICES ARE REQUIRED FOR (IDC) CIVIL ENGINEERING DESIGN, LAND SURVEYING, LIQUID FUELS DESIGN, AND PREPARATION OF PLANS AND SPECIFICATIONS FOR PROJECTS WITHIN NORFOLK DISTRICT'S JURISDICTION. POC Mark Gill, 757-441-7593 E-MAIL: Mark Gill, mark.a.gill@usace.army.mil. 1. CONTRACT INFORMATION. The type of contract proposed is an Indefinite Delivery Contract (IDC). These services are procured in accordance with PL 92-582 (Brooks A/E Act) and FAR part 36. A maximum of three contracts may be awarded each with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000.00. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The cumulative value of all task orders, including the base period and two option periods, will not exceed $3,000,000.00. Work will be issued by negotiated firm-fixed price task orders. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, uniquely specialized experience, current capacity to accomplish the order in the required time, and equitable distribution of work among contractors. The contracts are anticipated to be awarded between June 1998, September 1998 and March 1999. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan on that part of the work it intents to subcontract. The subcontracting goals for the Norfolk District, which will be considered by the Contracting Officer, are that a minimum of 50% of a contractor's intended subcontract amount be placed with a small business (SB), including small disadvantaged businesses (SDB), and 5% be placed with SDB. This procurement is classified under SIC Code 8711. The plan is not required with this submission. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. The monetary threshold and option period limits may be increased in the event said thresholds and option periods are raised by regulation, within the life of this IDC. 2. PROJECT INFORMATION. A-E services are expected to be required for field investigations, topographic surveys, concept and final design including preparation of plans, specifications, cost estimates, analyses, review of shop drawings, preparation of as-built drawings and site visits during construction, for projects and studies within the jurisdiction of the Norfolk District. Work shall include site visits; program evaluation and schematic planning; concept design development of the preferred scheme presented in the form of plans, elevations, and perspectives and work sessions with Norfolk District, DPWs, Civil Engineer, engineers/architects. Also required are review of shop drawings, preparation of as-built drawings and site visits during construction (option). 3. SELECTION CRITIERIA. See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each subcriterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence: (1) Demonstrated experience by the prime firm and its consultants in civil engineering projects and liquid fuels planning and design; schematic planning, sitework design development, topographic surveys and working with other engineers/architects in DoD and DFSC projects. (2) Demonstrated experience by the prime firm and its consultants in civil engineering and liquid fuels projects: schematic planning, sitework design development, topographic surveys and working with other engineers/architects in private sector and other government agencies projects. (3) Demonstrated experience by key members of the project team in civil engineering and liquid fuels projects; schematic planning, concept design development, perspectives and working with other engineers/architects. (4) Computer Resources -- firms must indicate in Block 10 of the SF 255 the following items: (a) accessibility to and/or familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specification system, the MCACES estimating system, and the ARMS review management system; (b) demonstrated CADD capability with capacity to produce output files in ".DXF" or ".DWG" file format; (c) access to a Hayes compatible modem 9600 baud or better. b. Professional qualifications: (1) The design team must possess experienced, registered personnel in the CIVIL ENGINEERING and LAND SURVEYING disciplines. The firm must have, either in-house or by consultants, experienced, registered personnel in STRUCTURAL, MECHANICAL, ELECTRICAL ENGINEERING and ARCHITECTURAL discipline. All applicable Engineer personnel shall possess a current professional registration. (2) An Engineer certified by the American Petroleum Institute. (3) Project Team Management Plan including team organization and proposed method of carrying out the work to meet specific project requirements and schedule. c. Past performance on DOD and other contracts: (1) ACASS evaluations (superior performance evaluations on recently completed projects is advantageous); (2) Letters of evaluations/recognition by other clients; (3) Cost control and estimating performance as a percentage deviation between the final estimate and low bid on similar TYPE and SIZE projects; (4) On-time delivery of design for DOD and similar projects. d. Capacity to accomplish the work in the required time: Firms must demonstrate ability of the design team to complete the project as scheduled. e. Knowledge of the Locality: as described in Note 24. f. SB and SDB PARTICIPATION: Extent of participation of small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic proximity: as described in Note 24. h. Volume of DOD contract awards in the last 12 months. Considerations may include: (1) Equitable distribution of contracts among qualified A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DOD contracts will only be considered when used as a "tie-breaker". (2) ACASS retrievals; (3) Current workload as listed in Block 9 of the SF 255. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF255 (11/92 edition) for the design team and single copies of current SF254 (11/92 edition) for the prime firm and each consultant, to the above address not later than the close of business on the 30th day after date of this announcement. For the purpose of this notice, day number one is the day following the date of publication. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business of the next business day. The revised 11/92 edition of the SF 255 (NSN 7450-01-152-8074) and SF254 (NSN7540-01-152-8073) is required. Forms may be obtained through GPO at (202)512-0132. The SF255 must also include the following: a. Firms with more than one office -- (1) Block 4: distinguish, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Block 7c: each key person's office location; b. Block 3: prime firm's ACASS # and distance (in terms of POV driving miles) from address of office to perform the work and the Norfolk District. For ACASS information, call (503)326-3459; c. Block 7f: registrations must include the year, discipline and state in which registered; d. Block 8b: Include a descriptive project synopsis of major items of work; e. Block 9. Indicate fee in terms of thousands of dollars, not percentage of work completed. F. Block 10.An organizational chart including all key elements of the design team demonstrating the firm's understanding of and ability to execute projects under the contract. Submittals by facsimile transmission will not be accepted and will be considered nonresponsive. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED. (0090)

Loren Data Corp. http://www.ld.com (SYN# 0024 19980402\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page