Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1995 PSA#1373

US Army Corps of Engineers, Huntsville Division, P.O. Box 1600, 4820 University Square, Huntsville, AL 35816-1822

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILTY SYSTEM SAFETY TRAINING AND SUPPORT POC Lisa Parker, Contract Specialist or Danny J. Biggs, Contracting Officer, telephone 205-895-1387. Architect-Engineer (A-E) services are required to assist in the accomplishment of Facility Related Engineering Reviews, Studies and Analyses for Programs and Projects supported by the U.S. Army Corps of Engineers, Huntsville Division. The services are expected to include, but will not be limited to, safety and systems safety analyses, industrial hygiene reviews, fire protection analyses, chemical agent reviews, explosive safety evaluations and assessments, criteria development and related requirements, developing explosive safety workshops, and performing other hazard reviews related to design, operation and closure of military facilities, laboratory testing and evaluation on soils and chemicals and potential ordnance, and development of ordnance training programs. The A-E will be required to develop various analyses and plans in accordance with MIL STD 882C to evaluate risks involved with operation of facilities. Work will also consist of evaluation and prediction of blast effects resulting from accidental explosions (both conventional and chemical munitions). Methods will reflect the state-of-the-art practice for blast and fragmentation effects, including effects prediction and analysis, structural design and evaluation, site planning and evaluation, and field testing of ordnance, explosives and model and actual structures and systems. In addition, the services will require evaluation of hazardous (explosive) operations in accordance with requirements and procedures dictated in AMCR 385-100, DOD 6055.9 STD and TM 5-1300. The services will require the development and/or evaluation of environmental studies, reviews, investigation, and other related documents to identify safety, health and environmental considerations. A one year indefinite delivery contract with one option year will be awarded. This contract will have the capacity to issue firm fixed-price delivery orders with a maximum total contract award of $750,000 each for the base year and option year. The individual delivery orders will be a maximum of $150,000. The contract period in which delivery orders may be placed under this contract will be one year and is estimated to begin in September 1995. Funds are presently available for award of this contract. The Government's minimum obligation for this contract is $15,000 for the first year and $7,500 for the option year, if exercised. In order to be considered for selection for this contract, interested firms must submit an SF 254/255. Since engineering design may be required under this contract, responding firms must be capable of providing design drawings on a computer-aided design and drafting (CADD) system. Drawings and other documents shall be prepared in accordance with the formats defined in HNDM 1110-1-1. All final drawings will be computer-generated, plotted and provided in a format and medium that will permit their loading, storage and use without modification or additional software on the Huntsville Division geographical information system (GIS) and graphics systems workstations. The Huntsville Division graphics system consists of Intergraph Corporation supplied TD-4 and TD-5 workstations and personal computers running Microstation Version 5.0 and Modular GIS Environment (MGE) software products. Data shall be submitted on system compatible 2.3 GB, 5 GB or 10 GB, 8mm data cartridge, 3.5-inch 1.4 mbyte floppy disk, 5.25-inch 1.2 mbyte floppy disk, or preapproved CD formats. State the CADD system to be used and demonstrate how it is compatible with the Huntsville Division system. SELECTION CRITERIA: The following evaluation criteria for this proposed contract are mandatory and relatable to one or more of the factors in Note 24.) The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria 1-4 are primary. Criteria 5-6 are secondary and will only be used as ''tie-breakers'' among technically equal firms. (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE IN TYPE OF WORK REQUIRED: SUBFACTORS: (a) Demonstrated expertise in safety, systems safety, fire protection, chemical agent safety, nuclear safety, health/physics, industrial hygiene, explosive safety, and human factors engineering, and laboratory testing/evaluation of soils and chemicals and potential ordnance. (b) Demonstrated knowledge of MIL STD 882C, AMCR 385-100, DOD 6055.9, TM 5-1300 and other DOD requirements related to safety, systems safety and explosive safety of complex facilities and processes. (c) Past experience and demonstrated capability in evaluating blast effects and fragmentation phenomenology of con- ventional and chemical munitions and explosives, including effects prediction, analysis, design, and testing. (d) Specialized experience and demonstrated capability in conducting a variety of detailed safety, industrial hygiene, health physics and explosive safety analyses and evaluations. (2) PROFESSIONAL QUALIFICATIONS NECESSARY for SATISFACTORY PERFORMANCE OF REQUIRED SERVICES: SUBFACTORS: (a) Demonstrated experience and expertise in the disciplines of Safety Engineer, Industrial Hygiene, Mechanical, Electrical, Structural and Environmental Engineers, Chemical Engineer, Fire Protection Engineer and Radiological Specialist. (b) Professional engineer registration for the professional in charge. (3) CAPACITY TO ACCOMPLISH THE WORK in THE REQUIRED TIME: SUBFACTOR: Interested firms must demonstrate that they have in-house capacity, or adequate forces, to accomplish all of the work in accordance with the proposed contract performance period above. Subcontractor/consultant experience/credentials will be inputted to and evaluated as part of submissions only if they are identified and the submission includes a commitment form each subcontractor/consultant to undertake performance under any resultant contract. (4) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES and PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY of WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES: SUBFACTOR: The proposed contract type is firm fixed-price indefinite delivery order, therefore, cost control is not of prime importance in the evaluation of this contract. Firms with unsatisfactory or marginally unsatisfactory past performance evaluations (poor or below average) will be downgraded appropriately in consideration for award of this contract. (5) LOCATION IN THE GENERAL GEOGRAPHICAL AREA of THE PROJECT AND KNOWLEDGE OF THE LOCALITY of THE PROJECT, PROVIDED THAT APPLICATION OF THE CRITERION LEAVES an APPROPRIATE NUMBER OF QUALIFIED FIRMS, GIVEN THE NATURE AND SIZE OF THE PROJECT: Not applicable to this contract. (6) VOLUME OF WORK AWARDED BY DOD DURING THE PREVIOUS 12 MONTHS: SUBFACTOR: Equitable distribution of work among A-E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts, will be a consideration of the Selection Board. This contract is not set aside under either of these criteria, however, responding large business firms are urged to consider seriously the award of subcontracts to small disadvantaged and other small business firms. In determining the value of DOD awards over the past 12 months, awards to overseas offices for projects outside the United States, its territories and possessions, to a subsidiary, if the subsidiary is not normally subject to management decisions, bookkeeping, and incorporated subsidiary that operates under a firm name different from the parent company will not be considered. Interested firms are requested to state in Block 10 of the SF 255 the value of all A-E contract awards to the firm, including modifications, by the Department of Defense during the previous 12 months as of the date of this announcement. Notwithstanding, the reference to geographic location will not be a factor in selection. Submittals must be received at the address indicated above not later than the close of business 30 calendar days from the publication date of this announcement with ''day 1'' being the next day after publication. If the 30th calendar day falls on a weekend or a holiday, the last day for receipt will be the following business day. Only one copy of the submittal is required. If sending submittal by overnight express, the street address and zip code is US Army Engineer Division, Huntsville, ATTN: CEHND-PM-AE (Ms. Lisa Parker), 4820 University Square, Huntsville, AL 35816-1822. See Note 24. Note 24 appears on the back of every Monday issue of this publication. (0171)

Loren Data Corp. http://www.ld.com (SYN# 0024 19950621\C-0012.SOL)


C - Architect and Engineering Services - Construction Index Page