Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 23,1995 PSA#1309

USAED, 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