Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1996 PSA#1548

U.S. Army Engineer District, Detroit, 477 Michigan Ave., Detroit, MI 48226

C -- INDEFINITE QUANTITY CONTRACT FOR A/E SERVICES POC Mr. Sammie Hart (313) 226-6358. Collect Calls Are Not Accepted. This Procurement is UNRESTRICTED. 1. CONTRACT INFORMATION: Engineering services are required for various civil works projects within the Detroit District boundaries. The contractor selected will need sufficient flexibility to be available on an as needed basis to perform engineering services, including but not limited to the following: site investigations (to include land and hydrographic surveys, soil drilling, rock and concrete coring, subsurface soils and ground water sampling, testing and analysis, sediment/water quality sampling, testing and analysis), planning studies, report preparation, concept and final design document preparation, plans and specifications preparation and cost estimating. An indefinite quantity contract will be negotiated and awarded for a base period of one year, and an option period of one year. The proposed services will be negotiated and obtained through the issuance of individual, fixed-price delivery orders, not to exceed $150,000 per order. The annual ceiling for the base year and the option year is $750,000 per year. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of this work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 52% of the contractor's intended subcontract amount be placed with small businesses (SB), to include 9% with small disadvantaged businesses (SDB) and 3% with women owned small business (WSB). The detailed subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under these contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Professional services for design and construction and/or repair of breakwaters, flood control projects, dredged repairs/improvements, containerized HTRW remediation and similar projects. All plan sheets, including survey and/or soil boring logs, shall be provided in hard copy and Intergraph design file (.dgn), version 5.0 or later format. Specifications shall be prepared in accordance with the most current SPECSINTACT software available from the National Institute of Building Sciences. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below 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 only be used as ``tie-breakers'' among technically equal firms. (a) Adequate professional personnel in the following disciplines: structural, civil, environmental, coastal, mechanical, electrical, geotechnical, hydraulics and hydrology, surveying and mapping, and cost estimating as necessary for the completion of work described in Paragraph 2 above. All work must be certified by a professional engineer registered in the state where the work is performed (MI, IN, MN, WI). All land surveys must be performed under the supervision of a licensed Professional Land Surveyor. Hydrographic surveys must be performed under the supervision of a licensed Professional Land Surveyor or Certified Hydrographic Surveyor (ASCM). (b) specialized experience and technical competence: Experience in design of various types of Civil Works type projects covering new work as well as demolition, remediation, rehabilitation and repair work, including harbor, pier, and breakwater design (042 or 101); rivers, canals, waterways, flood control, navigation, and shore erosion protection (92 or 211); water resources, hydrology, drainage (114); dredged material disposal facilities (025 or 215); soils and geology (097); computer aided design and drafting (019), files shall be provided in Intergraph IGDS format; rehabilitation (building, structures, facilities) (089); surveying and mapping (102); environmental testing and analysis (221). (c) Adequate soils testing laboratory either currently certified by the Corps of Engineers or capable of certification. (d) Capacity of the firm to perform simultaneous delivery orders with minimal impact on individual delivery order schedules. The evaluation will consider the experience of the firm and any subcontractors in similar size projects, and the availability of an adequate number of personnel in key disciplines. (e) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (f) Extent of participation of small business, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (g) Volume of DoD contract awards in the last twelve months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit wo copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all subcontractors, 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 is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 2b. For ACASS information, call (503) 326-3459. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. This is not a request for proposal. (065)

Loren Data Corp. http://www.ld.com (SYN# 0038 19960308\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page