|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1995 PSA#1293U.S. Army Engineer District, Savannah, Corps of Engineers, ATTN:
CESAS-EN-EA, P.O. Box 889, Savannah, Georgia 31402-0889 or 100 W.
Oglethorpe, Savannah, GA 31401-3640 C -- STRATEGIC UTILITY PLANNING EVALUATION ROUTINE (SUPER), TRADOC
INSTALLATIONS POC THOMAS BROCKBANK AT 912/652-5212. 1. CONTRACT
INFORMATION: A-E services are required to provide
Architectural-Engineering (A-E) services for an indefinite delivery
type contract to support efforts in the utilities modernization
planning area. Work to include maintenance of SUPER/TASK applications
and support to various installations. This will be an Indefinite
Delivery Type Contract, and it is anticipated work will begin in June
1995 and be completed in June 1997. The contract will be for a one year
period with a $750,000.00 limit and have a one year option with a
$750,000.00 limit. Delivery orders will be limited to $150,000.00. This
announcement is open to all firms regardless of size. Large business
offerors that require subcontractors must identify subcontracting
opportunities with small business, woman owned and small disadvantaged
business subcontracting plan in accordance with FAR 52.219.9 and DFARS
219.704/705 as part of the Request for Proposal package. The following
subcontractoring goals are the minimum acceptable goals to be included
in the subcontracting plan; OF THE SUBCONTRACTED WORK, 60% to SMALL
BUSINESS; 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL
BUSINESS); 5% TO WOMAN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS).
Large business firms that intend to do subcontracting must convey
their intent to meet the minimum subcontracting goals on the SF 255,
Block 6. Written justification must be provided if the minimum goals
cannot be provided. For additional information concerning
SUBCONTRACTING PLAN requirements, contact Gwennette Miller, Small
Business Specialist at 912/652-5340. ** 2. PROJECT INFORMATION:
Delivery orders to be issued under this contract may include developing
modifications to or expanding the SUPER program to meet the needs of
Savannah District, HQ TRADOC, and/or using installations and agencies;
bringing new TRADOC installations on-line with the system; developing,
distributing, and compiling the results of a questionnaire to all SUPER
program users to determine needed modifications and upgrades to the
program; assisting using installations and agencies in utility system
condition assessment and long range utility system upgrade planning
using the SUPER program; assisting using installations and agencies in
developing standardized utility construction technologies and
practices in accordance with the SUPER program alternatives;
instituting a telephone hot-line support system for users; developing,
standardizing, and implementing procedures to facilitate electronic
data transfer between HQ TRADOC and TRADOC installations and within
other sing agencies; updating the SUPER program or the results of the
applications of the SUPER program; working with other Army or Federal
Agencies on the adaptation of the SUPER program to meet specific
requirements; and developing informational and demonstration material,
as well as training programs, to describe and illustrate the purpose
and use of the SUPER program. The A-E firm selected must have equipment
and personnel capable of compiling XBASE data files into a run time
version; this shall be indicated in Block 10 on the SF 255. ** 3.
SELECTION CRITERIA: The selection criteria in descending order of
importance are: a. Specialized experienced in the type of work
described in Project Information. ** b. Past performance on controls
with Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules. ** c.
Capacity to accomplish perform multiple, simulataneous delivery orders
in the required time and to dedicate at least one (1) person in the
following disciplines: architectural, electrical engineer, mechanical
engineer, cost engineer, structural engineer, civil engineer, and a
computer programmer. ** d. Professional qualifications of key
management and professional staff members. ** e. Extent of
participation of SB, SDB, WOB, historically black colleges and
university and minority institutions in the proposed contract team,
measured as a percentage of the estimated effort. ** f. Location of the
firm in the general geographic area of the project. ** g. Volume of DoD
ontract awards in the last 12 months as described in Note 24. ** 4.
SUBMITTAL REQUIREMENTS: Firms desiring consideration must submit ONE
(1) copy of SF 255 (revised 11/92) for prime and ONE (1) copy of Sf 254
(revised 11/92) for prime and each consultant to the above address by
06 April 1995 to be considered for selection. DEPTH of PRIME and
SUBCONTRACTOR PERSONNEL in EACH discipline must be shown in Block 4 of
SF 255 and SF 254 to clearly identify the nmber of personnel in each
firm and discipline. COVER letters and extraneous materials are NOT
desired and WILL NOT be considered. ** 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. (0058) Loren Data Corp. http://www.ld.com (SYN# 0042 19950228\C-0016.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|