Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,2000 PSA#2645

US Army Corps of Engineers, Engineering and Support Center Huntsville, 4820 University Square, Huntsville, AL 35816-1822

C -- ARCHITECT AND ENGINEERING SERVICES-CONSTRUCTION SOL DACA87-00-R-0021 DUE 081800 POC ERROR -- Marie E. Raglind, 256-895-1154 E-MAIL: Click here to contact the POC for inquiries, Marie.Raglind@HND01.usace.army.mil. 1. CONTRACT INFORMATION: Development and maintenance of the ROOFER Engineered Management System (EMS), procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required to support engineering, design operations, maintenance of roofs within or assigned to U.S. Army Directorate of Public Works located in CONUS and OCONUS. One indefinite-delivery/indefinite-quantity contract will be negotiated and awarded, that will include a base year and two one-year option periods. The amount of work in each contract performance period will not exceed $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed price task orders not exceed the base contract amount. This contract's anticipated award date is September 2000. This proposed procurement is a small business set aside. Standard Industrial Code is 8711, size standard is $4M. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be a least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http:/ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The objectives of this contract are to establish a roof network inventory for all project buildings, perform visual inspections on all roof sections, conduct core sampling and gravimetric analyses of potential wet areas of roof insulation; input all inventory, visual inspection, and insulation inspection information into the MicroROOFER database, provide installation with completed MicroROOFER database, completed worksheets and MicroROOFER generated Network Analyses and Project Analyses reports. Work will be submitted in hard copy report format, hard copy F-size drawings, and/or or automated/CADD format. Work may be performed to support other Federal agencies. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The selection criteria for this particular project is listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a -- e are primary. Criteria f is secondary and will only be used as a "tie-breaker" among technically equal firms. a. Specialized experience and technical competence: Field inspection shall be performed by technically trained personnel experienced in evaluating roofing distresses as defined in ROOFER: An Engineered Management System for Bituminous Built-Up Roofs, Technical Report M-90/04 December 1989; Membrane and Flashing Condition Indexes for Built-Up Roofs, Volume II: Inspection and Distress Manual, Technical Report M-87/13, September 1987; ROOFER: Membrane and Flashing Condition Indexes for Single-Ply Membrane Roofs-Inspection and Distress Manual, Technical Report FM-93/11 April 1993; ROOFER: Steep Roof Inventory Procedures and Inspection and Distress Manual for Asphalt Shingle Roofs, Technical Report 99/100 December 1999; A Standard Practice for the Location of Moisture on Insulated Roofing Systems Using Infrared Imaging, American Society of Testing and Materials, ASTM C1153-90; Facilities Engineering, Buildings and Structures, Army Regulation AR 420-70, 29 May 1992; and Fire Protection, Army Regulation AR 420-90, 15 Feb 1985. The inspection of each individual roof shall include at least one primary inspector with two weeks previous experience performing ROOFER inspections or two weeks assisting inspections at the Installation. The Project Supervisor shall have previous experience performing ROOFER inspections and possess the following qualifications: (1) Previous experience as a Project Supervisor for ROOFER inspections for at least two contracted implementations at DOD installations or ROOFER inspection experience for at least five contracted implementations at DOD installations; (2) Successful completion of a roof inspection or roofing construction training class (sixteen-hour course minimum) and (3) A secondary education degree (Bachelor of Architecture or Engineering degree)(25 Points). b. Qualified personnel in the following key disciplines: (1) Licensed Architect, Civil Engineer, and Structural Engineer. (2) Project Manager, Project Engineer, and Inspector. (3) Roofing and CADD Technicians. The evaluation will consider education, training, registration, voluntary certifications, overall and relevant experience, and longevity with the firm (25Points). c. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources (25 Points). d. Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. Also, the volume of DOD contract awards in the last 12 months as described in Note 24 will be considered (20 Points). e. Knowledge of boundary and coordinate systems in CONUS and OCONUS U.S. Military installations (5 Points). f. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to peform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-808-4590. In SF 255, Block 10 describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. The quality management procedures, practices and tools in ER1110-1-12 will be employed to ensure that the A-E firm delivers excellent engineering and design services and products to the customer on schedule and within budget. Solicitation packages are not provided. REQUEST ALL INQUIRIES PERTAINING TO THIS PROCUREMENT BE FORWARDED VIA EMAIL TO ADDRESS INDICATED BELOW. Posted 07/15/00 (W-SN475267). (0197)

Loren Data Corp. http://www.ld.com (SYN# 0025 20000719\C-0008.SOL)

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


Created on July 17, 2000 by Loren Data Corp. -- info@ld.com