Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671

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

C -- UMCS/SCADA/ESS/FAS STUDIES SOL DACA87-00-R-0016 DUE 092200 POC Lisa Parker, Contract Specialist, 256-895-1387 E-MAIL: lisa.g.parker@usace.army.mil, lisa.g.parker@usace.army.mil. Work for this proposed contract(s) will consist of the utilization of experience, current knowledge, and skills in investigating site conditions and existing inoperable systems, and recommending optimum UMCS/SCADA/ESS/FAS and other automated control systems and electrical/mechanical solutions. Work will include preparing designs and criteria documents, reviewing current criteria documents and designs, preparing engineering analyses, state-of-the-art and other special studies, engineering services, and participation in predelivery tests, site tests, and engineering surveys. The time period of the proposed contract is one year with two additional option years. An award is planned by 27 November 2000. This will be an indefinite delivery/indefinite quantity contract, with an estimated contract value of $1,000,000 per year with $1,000,000 maximum per task order. The Government's minimum obligation under this contract will be two percent of the basic and one percent of each option year. Funds are available for award of this contract. This announcement is open to all concerns regardless of size. The U.S. Army Engineering and Support Center, Huntsville reserves the right to make multiple, i.e., two awards. The criteria to be used in allocating orders between the contracts are as follows: performance and quality of deliverables under current contracts; current capacity to accomplish the order in the required time; uniquely specialized experience; equitable distribution of work among the contractors; and other relevant factors. Price shall not be used as a criterion. Division of the capacity is not necessarily on a 50/50 basis if two awards are made. The U.S. Army Engineering and Support Center also reserves the right to make a single award if multiple awards are not appropriate. If a large business is selected for this contract(s), 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. Subcontractor/Consultant experience credentials will be imputed to and evaluated as part of the submission only if they are identified and the submission includes a commitment letter from each subcontractor/consultant to undertake performance under this contract. An organizational conflicts of interest clause will be included in the contract(s) regarding design packages and criteria documents. The successful contractor(s) will be required to be registered in the Central Contractor Registration database. See Note 24 for information on the general A-E selection process. PRIMARY SELECTION CRITERIA: The selection criteria are listed below. The following points have been established for each factor/subfactor: Factor 1 -- 1000 points (subfactors (a) through (j) -- 100 points each); Factor 2 -- 200 points; Factor 3 -- 100 points; Factor 4 -- 400 points (subfactor a -- 200 points; subfactor b -- 150 points; subfactor c -- 50 points). Criteria 5 is not applicable. (1) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED: SUBFACTORS: (a) Demonstrate recent (within the last six years from the date of this CBD announcement) experience in UMCS design and installation support services at Federal Government facilities. Design experience includes preparation of drawings, project specifications, cost estimates, and design analyses; (b) Demonstrate recent (within the last six years from the date of the CBD announcement) experience in SCADA system and FAS design and installation support services. Design experience includes preparation of drawings, project specification, cost estimates, and design analyses; (c) Demonstrate recent (within the last six years) experience in ESS design and installation support services at Federal Government facilities. Design experience includes preparation of drawings, project specifications, cost estimates, and design analyses; (d) Demonstrate recent (within the last six years) experience in conducting UMCS site surveys at Government facilities, including preliminary cost estimating, life cycle cost analysis, and conceptual system design; (e) Demonstrate recent (within the last six years) experience in conducting SCADA system and FAS site surveys, including preliminary cost estimating, life cycle cost analysis, and conceptual system design; (f) Demonstrate recent (within the last six years) experience in conducting ESS site surveys at Government facilities, including preliminary cost estimating and conceptual system design; (g) Demonstrate recent (within the last six years) experience in design of fiber optics and other communication networks; (h) The A-E must demonstrate the ability to obtain security clearances as required for individual task orders. We anticipate requirements for certain personnel (i.e., engineers performing electronic security engineering) to obtain DoD Top Secret clearance. However, the majority of requirements will be managed with engineering personnel cleared at the DoD Secret level. Facility clearance will be required to generate and store DoD Secret material; (i) Demonstrate the capability to provide designs on a computer-aided design and drafting (CADD) system. All final drawings will be computer-generated, plotted and provided in a format and medium that will permit their loading, storage, and use without modification or additional software on the Huntsville Engineering and Support Center graphics system which consists of Intergraph Corporation-supplied work stations with Microstation Version 5.0 software and CD-ROM. Firms must state the CADD system to be used and demonstrate how it is compatible with the Huntsville Engineering and Support Center system; (j) Demonstrate experience of prime/consultant in working together as a team with proposed subcontractors. (2) PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES: Firms which demonstrate a multi-disciplinary team, including at least one professional registered in each of the following disciplines: mechanical engineering, electrical/electronic engineering, civil engineering, and architecture and acertified fire alarm engineer. Also include personnel qualified in cost estimating, technical editing and writing, engineering associated with the technical fields of utility monitoring and control system, electronic security systems, supervisory control and data acquisition systems, fire alarm systems, communications, fiber optics and other computer related fields. (3) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Interested firms must demonstrate they have in-house capacity, or an organizational structure and project team management plan that addresses how the various prime, subcontractor, and/or joint venture participants will function as a cohesive unit. (4) PAST PERFORMANCE WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF QUALITY OF WORK, COMPLIANCE WITH SCHEDULES, AND COST CONTROL: SUBFACTORS: (a) Quality of Work and (b) Compliance with schedules -- Firms with unsatisfactory past performance evaluations (below average or poor) will be evaluated appropriately. In evaluating past performance, all relevant sources of past performance information, including references and the ACASS system will be considered. (c) Cost control -- The proposed contract is a fixed-price indefinite delivery/indefinite quantity type; therefore, cost control is not of prime importance in the evaluation of this contract. (5) LOCATION IN THE GENERAL GEOGRAPHIC AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT, PROVIDED THAT APPLICATION OF THIS CRITERION LEAVES AN APPROPRIATE NUMBER OF QUALIFIED FIRMS, GIVEN THE NATURE AND SIZE OF THE PROJECT: Not applicable to this contract. SECONDARY SELECTION CRITERIA: Notwithstanding the terms of Note 24, the following criteria are secondary and will only be used as tie-breakers between technically equal firms (10 points if used): (6) SB, SDB, Historically Black Colleges and Universities (HBCU) and Minority Institutions (MIs) PARTICIPATION. (7) VOLUME OF WORK AWARDED BY DOD DURING THE PREVIOUS 12 MONTHS: Equitable distribution of work among A-E firms, including small and disadvantaged business firms and firms that have had prior DOD contracts, will be a consideration of the Selection Board. This contract is not a set-aside under either of these criteria; however, responding large business firms are strongly urged to consider the award of subcontracts to small-disadvantaged and other small business firms. Huntsville Center's subcontracting goals are as follows: Small Business -- 64.1%, Small Disadvantaged Business -- 9.1%, and Women Owned Business -- 5.0%. Responding firms are requested to state whether they are small business, small-disadvantaged business, HBCU, MI and/or woman-owned business. In determining the value of DOD awards over the past 12 months, awards to overseas offices for projects outside the United States, its territories and possessions, to a subsidiary, if the subsidiary is not normally subject to management decisions, bookkeeping, and incorporated subsidiary that operates under a firm name different from the parent company will not be considered. Interested firms are requested in block 10 of the SF255 to provide the value of all A-E contract awards to the firm, including modifications, by the Department of Defense during the previous 12 months as of the date of this announcement. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of the Standard Form 255 (SF255) for prime and one copy of the Standard Form 254 (SF254) for prime and for each consultant. SF255 must include an organization chart for the proposed team, and the names and telephone numbers of clients as references on the most recent UMCS/SCADA/ESS/FAS designs. Special instructions on submittal length: The entire submittal package shall not exceed 130 pages, and blocks 7, 8 and 10 of the SF255 shall not exceed 30, 20 and 50 pages respectively; and SF254 shall not exceed 20 pages. Any pages in excess of these limits will not be evaluated. Submittal must be received at the address indicated above not later than the close of business 30 calendar days from the publication date of this announcement with "day 1" being the next day after publication. If the 30th calendar day falls on a weekend or a holiday, the last day for receipt will be the following business day. Information received after the closing date will be deemed late and will not be evaluated unless it has been determined that Government mishandling has occurred, the Contracting Officer determines that accepting the late information will not unduly delay the acquisition, or if an emergency or unanticipated event interrupts normal Government processes so that submittals cannot be received at the Government office designated for receipt. In the latter case, submittals will be extended to the first work day on which normal Government processes resume. Only one copy of the submittal if required. If sending submittal by overnight express, the street address and zip code is U.S. Army Engineering and Support Center, Huntsville, ATTN: CEHNC-PM-AE (Ms. Lisa Parker), 4820 University Square, Huntsville, Alabama 35816-1822. Electronic transmission (i.e., facsimile, e-mail, etc.) Of submittal or amendments to the submittal will not be accepted. See Note 24. Note 24 appears on the back of every Monday issue of this publication. Posted 08/22/00 (W-SN488840). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0018 20000824\C-0002.SOL)

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


Created on August 22, 2000 by Loren Data Corp. -- info@ld.com