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
|
|
|