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