Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24, 2000 PSA #2733
SOLICITATIONS

C -- ANNUAL ANNOUNCEMENT FOR IDIQ CONTRACTS FOR MISCELLANEOUS A-E SERVICES

Notice Date
November 21, 2000
Contracting Office
U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889
ZIP Code
31402-0889
Solicitation Number
N/A
Point of Contact
Leila Hollis, Contract Specialist, (912)652-5105 or Thomas Brockbank, (912)652-5212
E-Mail Address
Leila Hollis (leila.hollis@sas02.usace.army.mil)
Description
1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers, requires the services of Architect-Engineer firms for numerous Multidiscipline Indefinite Delivery Contracts. Contracts awarded as a result of this announcement will be administered ****(1) by Savannah District for use on federal projects (civil and military) under its jurisdiction and, if requested, for other Corps of Engineers Districts within the South Atlantic Division or ****(2) by Directorate of Public Work/Base Civil Engineer offices at specific Army and Air Force installations within GA, SC and NC**** Contract limits and contract size will be determined at the time of selection. Typically, each contract will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years. The total of all task orders during each ordering period may not exceed $1,000,000. Individual task orders may not exceed $1,000,000. The total amount of each contract over the three-year ordering period may not exceed $3,000,000. None of these projects is yet authorized and funds are not presently available. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. Assignment of individual task orders to the contracts with identical scopes of work will be based upon the following factors: (1) Proximity of the firm to the project site and familiarity with design criteria/codes and construction methods used at the locality, (2) Current capacity of the firm to accomplish the task order in the required time, (3) Equitable distribution of work among identical contracts and (4) Performance and quality of deliverables under the current IDIQ contracts. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, HUBZone small business, small woman-owned business, and small disadvantaged business on their SF255. If selected, the large business offeror will be required to submit a small/small disadvantaged & women-owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 62% TO SMALL BUSINESS; 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 1.5% HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum goals on the SF255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information, please contact Ms. Leila Hollis, Contract Specialist, at (912)652-5105. ****2. PROJECT INFORMATION: Task Orders to be issued under these contracts may include design of NEW facilities and O&M projects related to additions and alterations of buildings, road, drainage and utility systems, engineering studies, project planning, topographic surveying to support designs, lead-based paint and asbestos sampling/analysis/abatement design, and air monitoring during the abatement/construction process, shop drawing review, construction phase services and preparation of O&M manuals. All design files must originate in and be delivered in the (*.dgn) format. Exceptions may be granted if the use of scanned files is required. In this case, the scanned files must be converted to (*.dgn) format for delivery. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels, and color. Any deviation shall be approved by the Contracting Officer. ****3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance. Criteria a-e is primary. Criteria f-g is secondary and will be used as "tie-breakers" among technically equal firms. ****a. Specialized experience and technical competence in (1) Design of additions and alterations of building, road, drainage and utility systems, (2) Design of new building, road, drainage and utility systems, (3) Engineering studies and project planning, (4) Topographic Surveying, (5) Lead-based paint and asbestos sampling/analysis/abatement design and air monitoring during abatement/construction process, (6) Shop drawing review, construction phase services and preparation of O&M manuals and (7) Originating design files in (*.dgn) format. ****b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. ****c. Capacity to accomplish multiple simultaneous task orders and provide staff in the following disciplines: architect, civil, structural, mechanical, fire protection and electrical engineers, industrial hygienists, and topographic surveyors. Please disregard the "to be utilized" statement at Block 4 of SF255 and show the total strength of each discipline. ****d. Professional qualification of key management and professional staff members. The design team must include a Registered Fire Protection Engineer whose principle duties are fire protection engineering or a Registered Architect or Registered Engineer who is a full member in good standing of the Society of Fire Protection Engineers (SFPE). ****e. Knowledge of locality as it pertains to geological features, environmental and climatic conditions and local construction methods used on projects under Savannah District jurisdiction and/or location in the general geographical area of specific military installations in the 3-state area. ****f. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. ****g. Volume of DoD contract awards in the last 12 months as described in Note 24. ****4. SUBMISSION REQUIREMENTS: Responses on file from last year's announcement will be discarded. ALL FIRMS desiring consideration MUST SUBMIT a NEW response. Responses to this announcement will be used for IDC contract selections January 2, 2001, through December 31, 2001. This announcement is non-closing and firms may submit a SF255 and SF254 at anytime during 2000/2001. Firms desiring consideration shall submit ONE (1) copy of SF255 (11/92 VERSION ONLY, WILL BE ACCEPTED) for prime and ONE (1) copy of SF254 (11/92 VERSION ONLY, WILL BE ACCEPTED) for prime and each consultant (extra copies will not be kept) to the following address: U.S. Army Engineer District, Savannah, ATTN: CESAS-CT-C (Linda Smulevitz), 100 West Oglethorpe, Savannah, GA 31402-0889. FIRMS MUST INCLUDE PRIMES'S ACASS NUMBER in block 3b of SF255. For ACASS information, call (503)808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF255. ****PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. ****THIS is NOT a REQUEST for a PROPOSAL.
Web Link
U.S. Army Corps of Engineers, Savannah District, Contracting (www.ebs.sas.usace.army.mil)
Record
Loren Data Corp. 20001124/CSOL004.HTM (W-326 SN5071P8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 21, 2000 by Loren Data Corp. -- info@ld.com