Loren Data Corp.

'

 
 

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

Seattle District, Corps of Engineers, PO Box 3755, Seattle, WA 98124-2 255; Handcarry to 4735 East Marginal Way South, Seattle, WA 98134-2385

C -- A/E MULTI-DISCIPLINE INDEFINITE DELIVERY CONTRACT FOR MOUNTAIN HO ME AFB, IDAHO SOL DACA67-95-R-0048 DUE 080395 POC Contact, Susan Sherrell, (206) 764-6713 Provide for selection of a multidiscipline Architect-Engineer Design Service Contract to provide architectural, engineering, planning and design services in support of various military infrastructure (primarily) at Mountain Home Air Force Base, ID. Work includes: planning; engineering; field investigations; technical feasibility assessments; design analyses; preparation of plans and specifications; cost engineering; and engineering design for asbestos abatement, installation restoration work incident to maintenance, repair and minor construction efforts. Design disciplines include Architecture, Civil, Structural, Mechanical, Electrical, Urban Planning, asbestos, lead remediation, geotechnical, cost engineering, interior design and landscape architecture. The A/E will be required to use AutoCAD Release 12.0. Significant evaluation criteria in descending order of importance are: (1) Specialized experience and technical competence of the firm in the types of work required, including knowledge of the locality of the work to be performed. (2) Capacity of the team to accomplish multiple simultaneous Delivery Orders in the required time: including whether the team has any current Indefinite Delivery Term (IDT contracts. Please submit a separate Block No. 9 of the SF 255 for each firm on the team. (3) Professional qualifications of firm's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services. (4) Location of the firm in the general geographic area of the project. (5) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The following criteria are considered secondary factors and will only be used at Final Evaluation as tie-breakers and (6) Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), Historically Black Colleges and Universities and Minority Institutions in the proposed contract team, measured as a percentage of estimated effort. (7) Volume of DoD contract awards to the Prime A-E in the last twelve months. A-E will be required to use M-CACES for cost estimating on this project. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board and with automated review management system (ARMS) via modem. Proposed procurement will result in a one-year, fixed price indefinite delivery contract wiith option to extend for one additional year; delivery orders of NTE $150,000 each to be issued as requirements arise. Total contract amount shall not exceed $750,000 per year. Start and completion dates are scheduled for 10-15-95 and 10-14-96 respectively. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of key personnel to be assigned to this project, current SF 254, and consultant's current SF 254's. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This project is open to both large and small businesses. This is not a request for proposal. It is anticipated that the selected firm will be required to submit a subcontracting plan with its fee proposal if it is a large business. For this procurement, a large business is a concern for which the annual average gross revenue taken for the last three (3) fiscal years exceeds $2.5 million. The plan must be consistent with Section 806(b) of PL 100-180, PL 95-507 and PL 99-661. If a large firm chooses to subcontract, a minimum of 60% of the total planned subcontracting dollars should be placed with small business concerns. At least 5% of that 60% should be placed with small disadvantaged businesses (SDBs), or Historically Black Colleges and Universities or Minority Institutions, and 2.3% to Women-owned businesses. Women-owned businesses do not qualify as SDBs for federal contracts. (0137)

Loren Data Corp. http://www.ld.com (SYN# 0025 19950518\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page