Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 10,1996 PSA#1507

US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA 98124-2255

C -- INDEFINITE DELIVERY CONTRACT FOR STRUCTURAL ENGINEERING IN SUPPORT OF THE INSTALLATION HISTORIC PRESERVATION PROGRAM, SEATTLE DISTRICT SOL DACA67-96-R-0019 DUE 020996 POC Contract Specialist James K McGrain (206) 764-6588 (Site Code DACA67) A-E services are required to provide Structural Engineering services in support of the Installation Historic Preservation Program, primarily in the Northwest, but may support other projects assigned to Seattle District. Work requires structural engineering team experience in the maintenance, repair and modification of historic structures. The team must demonstrate a working knowledge of the Secretary of the Interior's standards for rehabilitation. Work includes seismic, interior and exterior structural analysis, design, and associated services for historic and other structures. This includes, but is not limited to: study, review and determine the capacity of existing structures to withstand lateral and vertical static and dynamic forces; review existing structural elements and systems for conditions which might compromise the system integrity; develop design documents for renovation of existing structures and for new structures IAW with applicable codes; provide recommendations for seismic upgrading to meet ATC-14, ATC-22 (FEMA-178) and other criteria for seismic zones 2, 3 and 4; provide cost estimates of work and materials required to accomplish recommended repairs; conduct miscellaneous design, review and study services in support of historic and other structures; provide designer support for construction services; firm will demonstrate knowledge and ability to scan existing drawings, manipulate scanned drawings in Computer Aided Design and Drafting (CADD; AutoCADD or Intergraph formats), and provide products electronically. Firm shall identify the key design staff who will actually perform the work and demonstrate their qualifications and experience with regard to historic structures. Significant evaluation factors in descending order of preference are: (1)(a) Specialized experience and technical competence of the personnel assigned to the team in work on historic preservation projects, including, but not limited to turn-of-the-century historic unreinforced masonry structures. (b) Specialized experience and technical knowledge of Applied Technology Council (ATC)-14 and ATC-22 for the personnel assigned to the team. (c) Specialized experience of the personnel assigned to the team in working with The Secretary of the Interior's Standards for the Treatment of Historic Properties. (2) Professional qualifications of the firm's staff and consultants to be assigned to the team which are necessary for satisfactory performance of requried services. (3) Quality of completed products. For this criterion, please include a copy of a recently completed final report for a structural and seismic analysis of an historic structure including an executive summary, detailed methodology, summary and evaluation of findings, engineering calculations, recommendations for final design, floor plans, cost estimates for recommended solutions and names and responsibilities of individuals involved in the project. (NOTE: Sample report will not be returned.) (4) Past performance on DOD and other contracts for historic preservation projects with respect to cost control, quality of work and compliance with performance schedules. (5) Capacity of the firm to accomplish multiple delivery orders simultaneously. NOTE: The following criteria are considered secondary factors and will only be used at Final Evaluation as tie-breakers. (6) Location of the firm in the general geographic area of the Seattle District office. (7) Extend 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. (8) Volume of DOD contract awards to the prime A-E firm in the last 12 months. Construction support services may be included as an option. 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 automated review management system (ARMS) via modem. Proposed procurement will result in a one-year, fixed price indefinite delivery contract with option to extend for one additional year; delivery orders of NTE $150,000 each to be issued as requirements arise. Total cumulative contract amount shall not exceed $750,000 per year. Start and completion dates are scheduled for June 96 and June 97 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. 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, it is recommended that 50 percent of the total planned subcontracting dollars should be placed with Small Business (SB) concerns, 8 percent with Small Disadvantaged Businesses (SDB), or Historically Black Colleges and Universities or Minority Institutions, and 5 percent to Women-Owned Businesses (WOSB). WOSB's may not qualify as SDBs for federal contracts. This is not a request for proposal. (0008)

Loren Data Corp. http://www.ld.com (SYN# 0006 19960109\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page