|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 23,1995 PSA#1309USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas
City, MO 64106-2896 C -- A-E SERVICES FOR AT LEAST ONE IDT TYPE CONTRACT FOR DRAFTING
SERVICES FOR PREPARING FINAL INKED ENGINEERING AND ARCHITECTURAL
DRAWINGS EITHER MANUALLY OR DIGITAL FOR BOTH CIVIL AND MILITARY POC
CONTRACT SPECIALIST Ann L. Gunzel (816) 426-5343 (CBD&&&-9503-0003)
(Site Code DACW41) 1. CONTRACT INFORMATION: At least one indefinite
delivery type contract will be awarded for drafting services for
preparing final inked engineering and architectural drawings either
manually or digital for both civil and military projects within the
Kansas City District. Each contract will be accomplished by separate
delivery orders not to exceed $150,000.00 with the total cumulative
amount of each contract limited to $750,000.00 for a one- year period,
with an option to extend the contract for an additional year and
$750,000.00. All large businesses are reminded that the successful firm
will be expected to place subcontracts to the maximum practical extent
with Small and Small Disadvantaged firms in accordance with Public Law
95-507. This plan is not required with this submittal, but must be
approved prior to award to any large business. Of the subcontract
amount, goals assigned to the KCD are 60.3% for small business, 9.8%
for small disadvantaged business and 2.9% for women-owned small
business concerns. Small Disadvantaged Business Goals of less than 5%
must be approved two levels above the Contracting Officer, pursuant to
DoD FAR Supplement 219.705-4. For informational purposes the small
business size for this solicitation is one where the average annual
receipts of the concern and its affiliates for the preceding three (3)
fiscal years does not exceed $2.5 million, the Standard Industrial
Classification Code (SIC) is 8712. 2. PROJECT INFORMATION: Each
contract will include the preparation of final inked engineering and
architectural drawings from sketches, marked- up prints, etc., and the
firm shall be responsible for preparing 2-D and 3-D drawings with
database attachments which are fully compatible with Intergraph's
Microstation version 5.0 or higher, Project Architect version 5.0 or
higher, and InRoads version 5.0 or higher. This contract will be used
to augment the current drafting staff of the Kansas City District. The
drawings will be time sensitive and require a rapid turnaround. The
government may require, at the Contractor's expense, a demonstration of
its hardware and software in order to complete its evaluation. 3.
SELECTION will be based on the following criteria listed in descending
order of preference. Items a thru d are the primary selection
criteria. The criteria in e and f only will be applied in a tie-breaker
situation. a. Professional capabilities. Responding firms shall
demonstrate capabilities: (1) Capability to provide a registered
professional engineer to resolve technical problems; (2) Capability to
provide a minimum of 8 draftsmen or technicians to meet projected work
schedules; (3) Capability to provide draftsmen or technicians
experienced in the preparation of inked drawings, use of Leroy
Lettering guides, and freehand letter (engineering style). b.
Specialized experience and technical competence. Specific specialized
experience includes: (1) Experience similar to that stated above in
project information; and (2) Quality management procedures. Your
Quality Control Plan should include a presentation of internal
controls, reviews and specific quality control processes that will be
used to insure a quality product is produced. (Cite in Block 10 of SF
255.) c. Capacity for a concurrent workload of $400,000 to $750,000 of
services similar to those described above. d. Past Performance on DoD
and other contracts with respect to cost control, quality of work, and
compliance with performance schedules. e. Location of firm in general
geographical area of the project. f. Extent of participation of SB,
SDB, historically black colleges and universities, and minority
institutions in the proposed contract, measured as a percentage of the
estimated effort. g. Volume of DoD contracts awarded in the last 12
months to the prime A-E firm. (Cite in Block 10 of SF 255.) 4.
SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to
perform this work must submit an SF 255 to the address listed below no
later than close of business (4:00 PM Kansas City time) on due date
April 25, 1995. Each firm/consultant listed within the SF 255 must have
a current SF 254 (submitted within the last 12 months) on file with the
Corps of Engineers, or one must be submitted with this package. Only
the November 1992 edition of the SF 254/255 will be accepted.
Solicitation packages are not provided. This is not a request for
proposal. Submit responses to: U.S. Army Engineer District, Kansas
City, Attn: CEMRK-CT-M/Hadley, 757 Federal Building, 601 East 12th
Street, Kansas City, Missouri 64106-2896. 5. QUESTIONS. Question of a
technical nature should be addressed to Mr. Bobby Kincaid at 816
426-5243 and those of an administrative nature to Ann Gunzel, 816
426-5343.(0080) Loren Data Corp. http://www.ld.com (SYN# 0039 19950322\C-0021.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|