Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1995 PSA#1315

US Army, Sacramento District, Corps of Engineers, 1325 J Street, Sacramento, California 95814-2922

C -- INDEFINITE DELIVERY (OPEN-END) CIVIL/STRUCTURAL ENGINEERING SERVICES CONTRACT FOR THE SACRAMENTO DISTRICT SOL DACW05-95-R-0035 DUE 050495 POC Contact: Mr. Richard Dabrowiak, Chief, A-E Negotiation/Support Section (916) 557-7470/Contracting Officer: Judith E. Grant 1. CONTRACT INFORMATION: Work and services will consist primarily of civil/structural engineering design within the Sacramento District (CA, NV, AZ, UT). Work and services may include design of new projects and may also include design for renovation projects. These services will supplement our in-house military design team which consists of traditional design disciplines. Additional contracts may be awarded to provide civil/structural engineering services for the Sacramento District Military Program and Support for Others Program. For the additional contracts, the firms may be required to perform studies as well as designs and may also require architectural and electrical engineering capabilities. Responding firms will automatically be considered for all contracts unless the firm specifically requests otherwise. A specific scope for work and services required will be issued with each delivery order. More than one firm may be selected for these services. At least one indefinite delivery type (IDT) contract will be negotiated for these services. The contract limit is $750,000 and individual will be for a one year period beginning approximately June 1995, with an option to renew for one additional year. This announcement is open to all businesses regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Consistent with the Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including small and small disadvantaged business firms and firms that have not had prior DoD contracts, equitable distribution shall become the determining factor for selection, all other factors being equal. If a large business is selected for this project, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The recommended goals for subcontracting are 60.3% for small business. It further states that out of that 60.3%, 9.8% is for small disadvantaged business and 2.9% is for small business/woman owned. A firm that submits a plan with lesser goals must submit written rationale to support goals submitted. The detailed plan is not required to be submitted with the SF 255; however, the intended subcontract amount should be specified within the appropriate portion of the SF 255 submittal. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, and may also include A-E services during the construction phase for these projects. 2. PROJECT INFORMATION: Work includes individual delivery orders which may range in scope from a study to the design of new facilities or to the design of renovation projects. The services required for civil engineering design may include a variety of military installation facilities such as administrative, educational, medical, vehicle maintenance, aircraft hangers and family housing facilities. Civil work may consist of grading, drainage, sewer and water lines, sewage lift stations, utility connections for buildings, demolition surveys, parking areas, roads, railroads and airfield paving. Structural work will consist of the design of conventional structures. Design may be of wood, structural steel, reinforced concrete, reinforced concrete masonry units, pre-engineered or other structural systems. Building design will consist of the typical building components (roofs, walls, frames, foundations and lateral forces supporting systems) and may also include retaining walls and above and below ground containers (tanks, vaults). Services required within the additional contracts may also include feasibility studies, preparation of programming documents, and other associated architectural, civil, structural and electrical engineering services. Included in this work is the design analysis, calculations, quantity takeoffs and preparation of construction contract drawings and specifications. If demolition of existing facilities is required, the design effort with documents developed for asbestos and/or lead paint removal may be required. These projects may be designed using the metric system of measurement. Firms shall indicate relevant metric design experience in Block 8. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance are listed below. Criteria a-d are primary and e-g are secondary.: a. Specialized experience and technical competence in (1) The design of a variety of civil/ structural new, alteration and repair type projects as described above. (2) Computer capability for CADD services and for accessing an electronic bulletin board and Sacramento District's Automated Review Management System (ARMS). The end result of this design shall be drawings, and in addition, the contractor shall provide electronic data in and/or compatible with vectorized Autocad format (latest version). (3) The Corps of Engineers Computer Aided Cost Estimating System (M-CACES) may be used to develop design cost estimates. b. Qualified registered professional personnel, firm's staff and consultants, in the following disciplines with experience pertinent to that required for these projects: project management, architecture, civil, structural, electrical engineering, asbestos/hazardous waste removal and estimating. c. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity of firm to accomplish work in the required time frame. The breadth and size of a firm will be considered to match the complexity/simplicity of the expected projects. e. Geographic proximity to the Sacramento District Office. f. Volume of DoD contract awards in the last 12 months as described below, equitable distribution of work. g. Extent to which potential contractors identify and commit to small business; small, disadvantaged businesses; Historically Black Colleges and Universities (HBCU); and Minority Institutions (MI) in the performance of the contract whether as a Joint Venture, teaming arrangement or subcontractors. 4. SUBMITTAL REQUIREMENTS: Architect-Engineer firms having capabilities for this work are invited to submit to the office listed above, one completed Standard Form 255, US Government Architect-Engineer and Related Services Questionnaire for Specific Project and one completed SF 254 for themselves and one for each of their subcontractors. In Block 7 of the SF 255, provide resumes for all key team members, whether with the prime firm or subcontractor. In Block 9 of the SF 255, responding firms must indicate the number and amount of DoD (Army, Navy, Air Force) contracts awarded in the 12 months prior to this notice, including change orders and supplemental agreements. In Block 10 of the SF 255, describe the firm's design quality control plan including coordination of subcontractors. Responses received by the close of business on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of next business day. No other notification to firms under consideration for this project will be made and no further action is required. All responsible sources may submit the required SF 254 and 255 which shall be considered by the agency. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Numbered Note 24. (0088)

Loren Data Corp. http://www.ld.com (SYN# 0025 19950330\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page