Loren Data Corp.

'

 
 

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

US ARMY CORPS OF ENG. EUROPE DISTRICT, BOX 7 ATTN: CETAE-CT FLOOR 7 ROOM 713, KONRAD ADENAUER RING 39, 65187 WIESBADEN

C -- INDEFINITE DELIVERY CONTRACT ARCHITECT-ENGINEER SERVICES, USAREUR, HEIDELBERG, GERMANY SOL DACA90-99-R-0004 DUE 113098 POC Contract Specialist Fay Jones 0611-816-2629 (Site Code DACA90) 17. C-PLANNING STUDIES AND SPECIAL ENGINEERING ASSESSMENTS FOR SANITARY SYSTEMS, HQ USAREUR, HEIDELBERG, GERMANY POC Norman W. Cotter 011-49-611-816-2729. 1. CONTRACT INFORMATION: Planning studies and special engineering assessments, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for planning and analyzing utilities systems, roads and pavements, and buildindgs and structures primarily in Germany, but also including Italy, Belgium and the Netherlands. A-E services may also be required throughout the U.S. Army, Europe (USAREUR) theater of operations such as Macedonia, Bosnia-Herzegovina and Croatia. One indefinite delivery contracts will be awarded, with a base period not to exceed one year and one option period. The amount of work in each contract period will not exceed $750,000 with a maximum amount per task order $300,000. An option period may be exercised when the contract amount for the base period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed price task orders. The contracts are anticipted to be awarded in January 1999. This announcement is open to all businesses regardless of size. 2 PROJECT INFORMATION: Tasks involve data collection, analysis, project planning development and validation, engineering assessments, and conferece execution. Reports will be written involving primarily economic analyses for privatization of utility systems, planning studies, and special engineering assemessments which may include roads and pavements, buildings and structures, sewer and water piping systems and treatment plants, solid waste collection and disposal, and evaluation of new and developing technologies in sanitary engineering as applicable to USAREUR Area Support Groups and Base Support Battalions. Operations and maintenance established by sanitary engineering policy and planning guidance for field managers and engineers will be addressed to include contingency plans, planning and data analysis, project formulations, studies and analyses of sewer and water systems, project site validation, economic analysis including life cycle cost analysis and technical analysis. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance. Criteria A-G are primary. Criteria H-I are secondary and will only be used as tie-breakers among technically equal firms. A. Specialized experience and technical competence within the last 5 years in: a) planning and analyzing utilities systems, roads and pavements, and buildings and structures in Germany, Italy, Belgium and the Netherlands. b) sewer and water systems and solid waste collection and disposal. c) aspects of utilities systems analysis and design including sewer/waste, water/water systems and treatment plants. d) computer capability available for analysis and preparation of data. e) construction supervision and inspection related to utility and sanitary systems. B. Qualified personnel in the following key disciplines: architects, civil, electrical, mechanical, and construction inspectors. The evaluation will consider for all dsiciplines education, training, certification, overall and relevant experience and longevity with the firm. Firm's staff must be capable of certifying that all work is in compliance with U.S., German, Italian, Belgium and the Netherland's laws and regulations. C. Firm must have computer capability to provide all study and analysis results and technical specifications in a format compatible with Microsoft Office and project plans in a format 100% compatible with Intergraph Microstation. A summary of the firm's computer capabilities must be included in paragraph 10 of the SF 255. D. Firm must have a management approach, quality control procedures and coordination of discipline and, particularly, joint joint venture partners and subcontractor/consultants. E. Capacity to perform more than one task order simultaneously within prescribed schedules. The evaluation will consider the experience of the firm and any joint venture partners/consultants in similar size projects and the availability of an adequate number of personnel in key disciplines. F. Knowledge of locality. Firm must demonstrate familiarity with USAREUR's area of operations, U.S. and local legal and technical regulations and must have design experience in Europe. G. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. H. Volume of DOD contract awards in the last 12 months. I. Geographic proximity. Location of the firm in the general geographic vicinity of USAREUR's area of responsibility. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work are invited to submit one copy of SF 254 (11/92 edition) for the prime firm and all joint venture/consultants and one copy of SF 255 (11/92 edition) not later than the close of business (COB) (1630 local time) on the closing date given on thhis announcement. Forms may be obtained from the Europe District's A-E Contract Section located in Room 820 of the Amelia Earhart Center in Wiesbaden. Forms should be current and up to date (within one year old). Firms may be rejected for outdated or missing of SF 254s. Block 4 of the SF 255 must show only the staff (including all subconsultants) available to perform the anticipated work. Disciplines shown on the SF 254 and SF 255 must show only the staff (including all on the SF 254 and SF 255 must clearly delineate full-time, free lance and subcontracted personnel on the staff of each firm. Do not include promotional brochures, advertisements or other extraneous material in your submissions. This is not a request for proposal. Include your firm's facsimile number in the submittal. PLEASE NOTE: Firms sending submittals via air courier service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package will be delayed due to customs clearance. The Europe District is not responsible for such delays which affect late receipt of submittals. Point of Contact: Mr. Norman W. Cotter, CENAU-PI-A, Phone: 011-49-611-816-2729, or FAX: 011-49-611-816-2730, address: Commander, U.S. Army Corps of Engineers, North Atlantic, Europe, CENAU-PI-A, #9020, CMR 410, Box 12, APO AE 09096. Posted 10/23/98 (I-SN264953). (0296)

Loren Data Corp. http://www.ld.com (SYN# 0014 19981027\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page