Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1995 PSA#1350

U. S. Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202-1070

C -- INDEFINITE DELIVERY CONTRACT FOR STRUCTURAL ENGINEERING SERVICES, CIVIL AND MILITARY SOL ORN95-0005 DUE 070795 POC Jim Deal (615) 736-5614, Contracting Officer, Lacy A. Campbell (615) 736-7276. Two contracts will be awarded to perform structural design services within the boundaries or assignment area of the Nashville District. 1. CONTRACT INFORMATION Contract time period will be for 1 year with an optional 1 year extension clause. Tasks will be directed by individually issued delivery orders. Groups with prime-sub relationships or joint ventures will be considered as well as firms having all disciplines in-house. Responding groups or firms must have demonstrated competence and experience in each of the task areas noted above. The total cumulative amount of all delivery orders, including the optional year, will not exceed $500,000 with no one delivery order exceeding $150,000. The contracts are anticipated to be awarded in Aug 1995. Ordinarily, delivery orders will be placed to ensure an equitable distribution of work between the two contracts. However, a delivery order may be placed with the other contract if the primary contractor does not have the capacity to complete the order in the required time period, the primary contractor has performed unsatisfactorily on previous orders under the subject contract. 2. PROJECT INFORMATION Tasks may include but are not limited to studies, reports, estimates, development of design criteria, plans and specifications for repair of existing facilities and design of new systems for the Nashville District's Civil and Military Works Programs. Design activity could include work on projects such as locks, dams, powerhouses, associated project area buildings and facilities, levees, floodwalls, pumping stations, and miscellaneous structures. All CADD services must be compatible with Microstation Version 4.0. 3. SELECTION CRITERIA The selection criteria are listed below in descending order of importance. Criteria a-d are primary. Criteria e-f are secondary and will only be used as ''tie-breakers'' among technically equal firms. a. Professional qualifications of the key project management and technical personnel to be assigned to the contract. Evaluation factors will include the education, training, experience, and registration of these personnel, b. Specialized experience and technical competence of the prime firm and any subcontractors in the type of work required. Evaluation factors will include the effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors. A single point of contact between the A- E and the Government project managers must be clearly identified, c. Capacity of the firm to accomplish the work. Work will often require simultaneous action on several design tasks at any one time. Capability to respond to these tasks in a quick and effective manner must be demonstrated, d. Past performance and experience on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules, e. Geographical proximity of the office responsible for delivery order negotiations and production of the work in relationship to the Nashville District Office and the general geographical area of the Nashville District. Since the nature of the work typically involves small, routine O&M and installation support type projects with compressed and unpredictable time schedules, the submittal shall clearly demonstrate how the firm proposes to respond to such tasks in an efficient, timely, and effective manner, f. Volume of DOD contracts within the last twelve months with the object of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms. 4. SUBMISSION REQUIREMENTS Firms desiring consideration are invited to submit 1 copy of an updated and accurate SF 254 (11/92 edition) and SF 255 (11/92 edition). A current SF 254 is also required for all subconsultants. If the prime contractor to perform the work is located in a branch office, the SF 255 shall reflect key disciplines and experience for the branch office only. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-326-3459. Firms submitting SF 254 and SF 255 by the close of business on 7 JULY 1995 will be considered for the work. No other general notification to firms under consideration for this work will be made and no further action is required. This is not a Request for Proposal. Personal visits for the purpose of discussing the work are discouraged. Telephone calls are welcomed. For SF 254 and SF 255 submittal by express mail, the delivery address is: U.S. Army Corps of Engineers, Estes Kefauver Building, 110 Ninth Avenue South, Nashville, TN 37203, ATTN: CEORN-CT, Room A-604 (0137)

Loren Data Corp. http://www.ld.com (SYN# 0023 19950518\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page