Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1998 PSA#2209

U.S. Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202-

C -- C-FOUR INDEFINITE DELIVERY CONTRACTS FOR STRUCTURAL, ELECTRICAL AND MECHANICAL ENGINEERING SERVICES FOR NEW NAVIGATION LOCKS AND ISTING LOCK AND DAM MANAGEMENT REPAIR. SOL DACW62-99-R-0004 POC POC: Connie Flatt (615) 736-5614 Jim Baber, Contracting Officer (615) 736-7910. CONTRACT INFORMATION Four contracts will be awarded to perform total engineering services for lock and dam design, repair and maintenance within the boundaries or assignment area of the Nashville District on the Cumberland and Tennessee Rivers. Projects outside the primary area of responsibility may be added at the Governments discretion upon agreement of the selected firms. Contract time period will be for 1 year with an option for 2 additional 1-year contract extensions for a total possible contract length of 3 years. The total accumulative amount of all task orders for the base year will not exceed $1 Million. Each optional contract period value will not exceed $1 Million. The total potential contract value is $3 Million for each contract. Task order limits are $1 Million. The minimum award under each contract will be $20,000 for the base year. Tasks will be directed by individually issued task orders. Groups with prime-sub relationships or joint ventures will be considered as well as firms having all disciplines in-house. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for submission of a subcontracting plan. The subcontracting goals for this District with Small Business are 61.2% including small disadvantaged business of 9.1% and women owned small business of 4.5% responding groups or firms must have demonstrated competence and experience in the following areas: structural, electrical and mechanical engineering in new navigation lock and dam designs and/or major lock and dam maintenance and repair projects. Each submittal shall also show experience in developing MCACES cost estimates. 2. PROJECT INFORMATION Tasks may include but are not limited to engineering investigations, designs, reports, construction plans and specifications, and MCACES cost estimates. These tasks are typically of a more significant nature than the small, routine O&M type of project design. All CADD services must be compatible with Microstation 5.0. 3. SELECTION CRITERIA See Note 24 for general selection process information. The selection criteria are listed below in descending order of importance. Criteria a-d are primary. Criteria e-f are secondary and will only be used as tie-breakers among technically equal firms. a. Professional qualifications of the key project management and technical personnel to be assigned to the contract. Evaluation factors will include the education, training, experience, and registration of these personnel. Qualified personnel are required in the following disciplines: Structural, Electrical, Mechanical and Cost Engineering. b. Specialized experience and technical competence of the prime firm and any subcontractors in the type of work required. Evaluation factors will include: -knowledge of and experience with new lock and dam design and major rehabilitation projects on existing locks and dams, -alkali aggregate reaction (AAR) with finite element modeling capability, -- -dynamic and static seismic analysis of structures (locks and dams)capability, -the effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors with a single point of contact between the A-E and the government project managers clearly identified c. Capacity of the firm to accomplish the work. Work will often require simultaneous action on several design tasks at any one time. Capability to respond to these tasks in a quick and effective manner must be demonstrated. d. Past performance and experience on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. e. Geographical proximity of the office responsible for task order negotiations and production of the work in relationship to the Nashville District Office and the general geographical area of the Nashville district. f. Volume of DOD contracts within the last twelve months with the object of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms. 4. SUBMISSION REQUIREMENTS See Note 24 for general submission requirements. Firms desiring consideration are invited to submit 2 copies of an updated and accurate SF 254 (11/92 edition) and SF 255 (11/92 edition). A current SF 254 is also required for all subconsultants. If the prime contractor to perform the work is located in a branch office, the SF 255 shall reflect key disciplines and experience for the branch office only. Include the firm's ACASS number in SF 255, Block 3b. The business size status (large, small and/or minority) should be indicated in SF 255, Block 3b. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. The S.I.C. code is 8711. For ACASS information, call 503-326-3459. Firms submitting SF 254 and SF 255 by the closing date will be considered for the work. No other general notification to firms under consideration for this work will be made and no further action is required. This is not a Request for Proposal. Solicitation packages are not provided for A-E contracts. Personal visits for the purpose of discussing the work are discouraged. Telephone calls are welcomed. For SF254 and SF255 submittal by express mail, the delivery address is: U. S. Army Corps of Engineers, Estes Kefauver Building, 110 Ninth Avenue South, Nashville, TN 37203, ATTN: CEORN-CT, Room A-604 Posted 10/23/98 (I-SN264856). (0296)

Loren Data Corp. http://www.ld.com (SYN# 0008 19981027\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page