|
COMMERCE BUSINESS DAILY ISSUE OF may 25,1995 PSA#1354US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, P.O. BOX 1580,
ALBUQUERQUE NM 87103-1580 C -- INDEFINITE DELIVERY CONTRACT FOR GEOTECHNICAL ENGINEERING
SERVICES FOR THE ALBUQUERQUE DISTRICT SOL DACA47-95-R-0030 DUE 062395
POC Contract Specialist Linda J. Anderson (505) 766-2680 (Site Code
DACA47) 1. CONTRACT INFORMATION: One Indefinite Delivery Geotechnical
Services Contract will be awarded for a period of one year with an
option for one additional year. This contract will be procured in
accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. The
contract will be primarily for civil works and military projects
primarily within the Albuquerque District boundaries, which include
Southern Colorado, New Mexico and Southwest Texas, however, the
Contractor may be required to work outside this area. Work will be
negotiated and initiated by issuance of delivery orders. The total
contract is Not to Exceed $500,000.00 and each delivery order Not to
Exceed $150,000.00. The Contractor is guaranteed no less than
$10,000.00 in the basic year and if the option year is exercised the
Contractor shall be guaranteed $5,000.00. The anticipated contract
award date is September 1995. This procurement is unrestricted. The
wages and benefits of service employees (see FAR 22.10) performing
under this contract must be at least equal to those determined by the
Department of Labor under the Service Contract Act. 2. PROJECT
INFORMATION: The geotechnical engineering work may include geotechnical
analyses, investigations, studies, design, plans and specifications,
dam safety inspections, dam safety training and construction
monitoring. 3. SELECTION CRITERIA: See Note 24 for general selection
process. The selection criteria in descending order of importance
(first by major criterion and then by each sub-criterion). Criteria a-d
are primary. Criteria e-g are secondary and will be used as
''tie-breakers'' among technically qualified firms. a. Specialized
Experience and Technical Competence; The firm must demonstrate
experience in the following types of work: (1) Studies/presentation of
data in report form to include; (a) Seismic analyses and geotechnical
related studies for all types of engineering structures, (b) Seepage
Analysis and studies, (c) Geologic and materials investigations and
studies, (d) General and Feature design memorandums, (e) Foundation
reports. (2) Design (construction drawings, engineering calculations,
material quantities, specifications, and shop drawing review) to
include; (a) Design of earth structures, (b) Foundation design for
buildings and hydraulic structures, (c) Flexible and rigid pavement
design. (3) Inspection to include; (a) Inspection of civil works (flood
control) type projects during construction and (b) Safety inspection of
existing earth or concrete dams. (4) Dam safety training for Corps of
Engineers Dam operations and maintenance (O&M) personnel. The firm must
also indicate the ability to deliver final drawings in AutoCAD
(trademark) version 12 and Intergraph Microstation (trademark) version
5.0 usable format, and all narratives in Wordperfect (Trademark)
version 6.0 compatible format. b. Professional Qualifications; The firm
must be able to provide engineering geologist(s) and registered
professional personnel assigned in the positions for project management
and civil (geotechnical) engineering. In addition, firms must be able
to provide engineering technicians. Firms with in-house geotechnical
capabilities will be given preference. c. Past Performance; Past
performance on DoD and other contracts in terms of cost control,
quality of work and compliance with performance schedules; d. Capacity;
Capacity to accomplish two concurrent delivery orders. e. Geographic
Location; Location of the firm with respect to Albuquerque, New Mexico,
provided there are a sufficient number of qualified firms in the area.
Since much of the work will supplement larger COE in-house efforts,
the need for continual close coordination is essential. f. SDB
Participation; Extent of participation of SB, SDB, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the estimated effort. g.
Volume of DOD Work; Volume of DoD contract awards in the last 12 months
as described in Note 24. Joint Venture Firms will be considered as
having capabilities in-house. 4. SUBMISSION REQUIREMENTS: See note 24
for general submission requirements. Interested firms having the
capabilities to perform this work must submit one copy of SF-255 (11/92
edition) and one copy of SF-254 (11/92 edition) for the prime firm and
all consultants to the above address not later than the close of
business on the 30th day after the date of this announcement. If the
30th day is a Saturday, Sunday or Federal Holiday, the deadline in the
close of business the next business day. The solicitation number is
DACA47-95-R-0030. Only data on the SF-254 and SF-255 will be considered
in the selection process. Key personnel qualifications of all
subconsultants are to be included in block 7 of the SF-255. Responding
firms are requested to clearly identify those tasks to be performed
in-house and at what office and those tasks to be subcontracted and at
what office. The SF-255 should specifically address the requirements
of this announcement. Responding firms are requested to summarize their
Quality Management Plan and identify all relevant computer capabilities
in Block 10 of the SF-255. Firms responding as Joint Ventures must
state the intent in Block 5 of the SF-255. FIRMS SHALL LIMIT BLOCK 10
OF THE SF-255 TO NO MORE THAN 10 PAGES. The Point of Contact is Linda
J. Anderson (505) 766-2680. NO other general notifications will be made
and no further actions will be required from firms under consideration.
This is not a Request for Proposal.(0143) Loren Data Corp. http://www.ld.com (SYN# 0018 19950524\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|