Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 1,1996 PSA#1563

Corps of Engineer, Nashville District, P.O. Box 1070, Nashville, TN 37202-1070

C -- ELECTRICAL-MECHANICAL ENGINEERING SERVICES, CIVIL AND MILITARY SOL ORN96-0004 DUE 043096 POC Mr. William Fisher, Engineer Division (615) 736-5644, Mrs. Ginny Selwyn, Contract Division (615) 736-7276. Two contracts will be awarded to perform electrical-mechanical engineering services within the boundaries or assignment area of the Nashville District. 1. CONTRACT INFORMATION-Contract time period will be for one (1) year with a one (1) option year. Tasks will be directed by individually issued task orders. Groups with prime-sub relationships or joint ventures will be considered as well as firms having all disciplines in-house. Responding groups or firms must have demonstrated competence and experience in the electrical and mechanical engineering field. The total cumulative amount of all task orders, including the option year, will not exceed $500,000 with no one task order exceeding $150,000. The minimum award under each contract will be $10,000. The contracts are anticipated to be awarded in August 1996. Ordinarily, task orders will be placed to ensure an equitable distribution of work between the two contracts. However, a task order may be placed with the other contract if the primary contractor does not have the capacity to complete the order in the required time period or the primary contractor has performed unsatisfactorily on previous orders under the subject contract. 2. PROJECT INFORMATION - Tasks may include but are not limited to studies, reports, estimates, development of design criteria, plans and specifications for repair of existing facilities and design of new systems for the Nashville District's Civil and Military Works Programs. Task orders are typically small, operation and maintenance (O&M) type projects with emphasis on quick response. All CADD services must be compatible with Microstation Version 4.0 or later. 3. SELECTION CRITERIA- See Note 24 for general selection process information. The selection criteria are listed below in descending order of importance. Criteria a-d are primary. Criteria e-f are secondary and will only be used as ''tie-breakers'' among technically equal firms. (a.) Specialized experience and technical competence of the prime firm and any subcontractors in the type of work required. Evaluation factors will also include the effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors. A single point of contact between the A-E and the Government project managers must be clearly identified; (b.) Professional qualifications of the key project management and technical personnel to be assigned to the contract. Evaluation factors will include the eduction, training, experience, and registration of these personnel; (c.) Capacity of the firm to accomplish the work. Ability to accomplish certain number of delivery orders on several design tasks at any one time. Capability to respond to these tasks in a quick and effective manner must be demonstrated; (d.) Past performance and experience on DoD and other contracts with respect to cost control, quality of work, and compliance with schedules; (e.) Geographical proximity of the office responsible for task order negotiations and production of the work in relationship to the Nashville District Office and the general geographical area of the Nashville District. Since the nature of the work typically involves small, routine O&M and installation support type projects with compress and unpredictable time schedules, the submittal shall clearly demonstrate how the firm proposes to respond to such tasks in an efficient, timely, and effective manner; (f.) Volume of DoD contracts within the last twelve months with the object of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms. 4. SUBMISSION REQUIREMENTS- See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one (1) copy of an updated SF 254 (11/92 edition) and one (1) copy of SF 255 (11/92 edition). A current SF 254 is also required for all subcontractors. If the prime contractor to perform the work is located in a branch office, the SF 255 shall reflect key disciplines and experience for the branch office only. Include the firm's ACASS number in SF 255, Block 3b. The business size status (large, small and/or minority) should be indicated in SF 254, Block 4. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. THIS IS NOT A SMALL BUSINESS SET-ASIDE. For ACASS information, call (503)326-3459. Firms submitting SF254 and SF255 by the close of business 30 April 1996 will be considered for the work. No other general notification to firms under consideration for this work will be made and no further action is required. This is not a request for proposal. Address for submittals of SF254 and SF255 by express mail is: U.S. Army Corps of Engineers, Estes Kefauver Federal Building, Attn: Contract Division, Rm A604, 110 Ninth Ave. South, Nashville, TN 37202. Solicitation packages are not provided for A-E contracts. Personal visits for the purpose of discussing the work are discouraged. Telephone calls are welcomed. (0088)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960329\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page