Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,1995 PSA#1281

Seattle District, Corps of Engineers, PO Box 3755, Seattle, WA 98124-2255; Handcarry to 4735 East Marginal Way South, Seattle, WA 98134-2385

C -- A-E DRAFTING SUPPORT SERVICES FOR VARIOUS MILITARY AND CIVIL WORKS PROJECTS ASSIGNED WITHIN SEATTL DISTRICT SOL DACA67-95-R-0030 DUE 031695 POC Contact, John Norway, (206) 764-6659 Selection of an Architect-Engineering firm to provide drafting support for various military and civil works projects within Seattle District at various locations in Washington, Idaho, Montana and Oregon. The purpose of this contract is to produce final engineering and architectural drawings from rough sketches and-or paste-up sheets. Original drawings shall be prepared on plastic film (mylar) and shall be accomplished using plastic pencil or ink, either manually applied or by CADD. If use of CADD is required, it will be fully compatible with Intergraph MicroStation or AutoDesk AutoCAD versions as specified in individual delivery orders. Drawings shall be prepared consistent with Seattle District publications, ''Design Guide for Architect-Engineers,'' and ''Drafting Standards.'' Drawings will be prepared in either the inch- pound (IP) or the International System of Measurement (SE metric system), as specified in individual delivery orders. Significant evaluation criteria in descending order of importance are: (1) Specialized experience and technical competence of the firm in the types of work required, including knowledge of the locality of the work to be performed. (2) Capacity of the firm to accomplish the work in the required time, including whether the firm is currently under contract with the Seattle District. (3) Professional qualifications of firm's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services. (4) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (5) NOTE: This following criteria are considered secondary factors and will only be used as a tiebreaker to determine the selected firm. Location of the firm in the general geographic area of the project. (6) Extent of participation of Small Business (SB), Small Disadvantanged Business (SDB), historically black Colleges and Universities and minority Institutions in the proposed contract team, measured as a percentage of estimated effort. (7) Volume of DoD contract awards to the prime A-E in the last 12 months. A-E will be required to use M-CACES for cost estimating on this project. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board and automated review management system (ARMS) via modem. Proposed procurement will result in a one-year, fixed price indefinite delivery contract with option to extend for one additional year; delivery orders of NTE $150,000 each to be issued as requirements arise. Total contract amount shall not exceed $750,000 per year for a total cumulative contract amount of $1.5 million. Start and completion dates are scheduled for 12 Aug 95 and 11 Aug 96, respectively. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of key personnel to be assigned to this project, current SF 254, and consultant's current SF 254's. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This project is open to both large and small businesses. It is anticipated that the selected firm will be required to submit a subcontracting plan with its fee proposal if it is a large business. For this procurement, a large business is a concern for which the annual average gross revenue taken for the last three (3) fiscal years exceeds $2.5 million. The plan must be consistent with Section 806(b) of PL 100-180, PL 95-507 and PL 99-661. If a large firm chooses to subcontract, a minimum of 65% of the total planned subcontracting dollars should be placed with small business concerns. At least 8% of that 65% should be placed with small disadvantaged businesses (SDBs), or Historically Black Colleges and Universities or Minority Institutions, and 3% to Women-owned businesses. Women-owned businesses do not qualify as SDBs for federal contracts.(0039)

Loren Data Corp. http://www.ld.com (SYN# 0021 19950209\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page