Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 17,2000 PSA#2643

USAED, Walla Walla, ATTN: CENPW-CT, 201 North Third Avenue, Walla Walla, WA 99362-1876

C -- ONE, TWO, OR THREE INDEFINITE DELIVERY TYPE CONTRACTS FOR A-E AND DRAFTING SERVICES FOR MISCELLANEOUS CONSTRUCTION GENERAL AND O&M PROJECTS WITHIN THE MISSION OF THE WALLA WALLA DISTRICT SOL DACW68-00-R-0032 DUE 081600 POC Julie Dockery @ 509 527-7202 WEB: Advertised Solicitations, http://www.nww.usace.army.mil/ebs/asp/advertisedsolicitations.asp. E-MAIL: ONE, TWO, OR THREE INDEFINITE DELIVERY TYPE CONTRACTS, julie.a.dockery@usace.army.mil. 1. CONTRACT INFORMATION. One, two, or three indefinite delivery order type contracts for multidiscipline architect-engineer (A-E) services for electrical, mechanical, structural, hydraulics, geotechnical, and civil engineering. These disciplines are required for preparation of plans and/or engineering products within the mission of the Walla Walla District; however, work could be assigned anyplace within the geographic area of the Corps of Engineers Northwestern Division. The A-E shall be required to prepare detailed studies, reports, design analysis, and contract documents. The A-E shall have the technical knowledge and experience in the design of various civil engineering projects. It is not anticipated that any military work will be involved. The number of contracts to be awarded will be determined at time of selection. Contract(s) will be for one base year (period) with the possibility of two option periods not to exceed one year each. The base year plus option period has a ceiling amount not to exceed $1,000,000 each. An option period may be exercised at the discretion of the Government before expiration of the previous period. The maximum for each task order will not exceed the annual contract amount. 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 intends to subcontract. The intended subcontracting goals are that a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses (SB) including 9.1% with small disadvantaged businesses (SDB). A minimum of 5% of the intended subcontract amount must be placed with woman-owned small businesses (WOSB), and 1% with historically underutilized businesses (HUBZone). The plan is not required with this submittal. The Standard Industrial Classification (SIC) code for this acquisition is 8711. The small business size standard is average annual receipts for its preceding three fiscal years must not exceed $4 million. 2. PROJECT INFORMATION: Experience and technical knowledge are required in the following: (a) The design of various mechanical systems including HVAC, plumbing, pump plants, piping water and sewer, compressed air, hydraulic air protection, and machine design; (b) Design of complex electrical control systems, fire alarm systems, power distribution systems, and heating and lighting systems incorporating the latest state-of-the-art materials and technology; (c) The structural/architectural design major elements of hydraulic structures, bridges, and buildings; (d) The design of roads and highways, railroad relocations, utility relocations, water supply systems, sanitary sewage disposal systems, storm sewer systems, drainage structures, and boat docks; (e) The analysis of both open channel and pressure conduit flow systems; (f) Capability to perform hydrologic, open channel hydraulics, sedimentation and water quality studies, and collect and analyze quality samples; (g) Explorations by boring, soil sampling, geophysical surveys, geologic mapping, field testing, and groundwater studies; (h) Capability to build and rest physical hydraulic models of hydroelectric projects including powerhouse intakes, spillways, navigation lock filling and emptying systems, fishways, and related features; (I) Preparation of construction cost estimates for all disciplines as described above and ability to use MCASES estimating software; (j) Ability to perform drafting services, both manual and CADD. The A-E's CADD software products shall be compatible with either "Intergraph and/or Bentley" systems. Ability to prepare complete detailed construction drawings and specifications using government guide specifications format shall be required. 3. SELECTION CRITERIA: The selection criteria are listed in descending order of importance. Criteria A through E are primary selection criteria. Criteria F through G are secondary and will only be used as tiebreakers among technically equal firms. A. Professional qualifications necessary for satisfactory performance of required services. B. Specialized experience and technical competence in the type of work discussed in items 2(a) through 2(j) above. C. Capacity to accomplish the work in the required time frame (within 48 hours on small work requests.) D. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. E. Location in general geographical area of the Walla Walla District with the capability of quick turn around to and from Walla Walla, Washington; however, work could occur anywhere within the geographic area of the Corps of Engineers Northwestern Division. F. Extent of participation of SB, SDB, WOSB, HUBZone, Historically Black Colleges and Universities and minority institutions (HBCU) in the proposed contract team, measured as a percentage of the total estimated effort. G. Volume of DOD contract awards in the past 12 months as described in Note 24. 4. SUBMISSION REQUIRMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit 2 copies each of SF 255 (11/92 edition) and SF 254 (11/92), for the primary firm and all consultants/subcontractors, to the above address not later than close of business on the 30th day after the publication date of this announcement. If the 30th day is a Saturday, Sunday, or a Federal Holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in the SF 255, block 3b. In the SF 255, block 10, describe all capabilities, and use additional pages as necessary. Solicitation packages are not provided. This is not a request for proposal. Posted 07/13/00 (W-SN474697). (0195)

Loren Data Corp. http://www.ld.com (SYN# 0027 20000717\C-0005.SOL)

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


Created on July 13, 2000 by Loren Data Corp. -- info@ld.com