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
|
|
|