Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 30,1996 PSA#1584

U S ARMY ENGINEER DISTRICT, MOBILE, CONTRACTING DIVISION (CESAM-CT), (109 ST.JOSEPH ST. 36602) P.O. BOX 2288, MOBILE AL 36628-0001

C -- INDEF DEL CONTRACT FOR A-E SERVICES FOR DESIGN OF PROJECTS IN CENTRAL & SOUTH AMERICA SOL AECA**-96**-0010 POC Contact Mr. Dan Mizelle, 334/551-5741; Contracting Officer, Edward M. Slana (Site Code W31XNJ) 1. CONTRACT INFORMATION: A-E Services Are Required For An Indefinite Delivery Contract For Design Of Projects in Central and South America. This announcement is open to all businesses regardless of size. The contract will be awarded for one year with an option to extend the contract for one additional year. Work under the contract to be subject to satisfactory negotiation of individual delivery orders not to exceed $150,000 each (some orders can be raised to $200,000 if determined necessary by the contracting officer), with a total not to exceed $750,000 during each 12-month period. Selection of AE firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are a minimum of 52.5% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and women-owned business, 8.8% be placed with SDB, and 5% for women-owned business. The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: Projects will include site/civil designs, such as roads, grading, drainage, parking areas, aircraft aprons, geotechnical investigations, foundation designs, topographic surveys, aerial photography, and other miscellaneous civil items. Minor efforts in vertical design are also anticipated. Ancillary environmental work associated with these designs will include hazardous materials, substances, and wastes such as asbestos, lead paint, PCB's, battery acid, pesticides, and common solvents. Some projects will include completion of partial designs, including cost estimates, accomplished by in-house (Government) disciplines. Designs must be provided in metric format. Engineering drawings which are prepared on computer-aided design and drafting systems shall be in accordance with the Standards Manual of U.S. Army Corps of Engineers Computer-Aided Design and Drafting (CADD) Systems. Final submittal shall include drawing files in Intergraph drawing file format on 1/2'' magnetic tape at 1600 or 6250 bits per inch, or on 3 or 5 1/4'' high density diskettes. Drawing files shall be copied to the tape using the VMS BACKUP command. Submittal of the magnetic tape or diskettes are required in addition to the final mylar plots. 3. SELECTION CRITERIA: See Note 24 for general 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 thru F are primary. Criteria G and H are secondary and will only be used as ''tie-breakers'' among technically equal firms. A. Professional Qualifications: The contract will require the following disciplines, with registration required where applicable: (1) Civil Engineer; (2) Geotechnical Engineer; (3) Structural Engineer; (4) Architect; (5) Mechanical Engineer; (6) Electrical Engineer; (7) Environmental Engineer; (8) Cost Estimator. Evaluation of each discipline will consider education, registration, and relevant experience. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. Use the nomenclature for disciplines as noted in this advertisement. Additional evaluation factors are provided in order of importance. B. Specialized experience and technical competence in: (1) Site/Civil Design; (2) Experience with site investigations and designs for projects in Central and South America; (3) Familiarity and experience in the application of the Overseas Environmental Baseline Guidance Document (OEBGD) and Final Governing Standards (where in effect). C. Knowledge of Locality: (1) Knowledge of work in Central and South America with respect to local construction standards, techniques, and materials. (2) Fluency in the Spanish language. D. Capacity to Accomplish the Work: Capacity to accomplish at least three $100,000 delivery orders concurrently. E. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. F. In Block 10 of SF 255 describe the firm's quality management plan, including the team's organizational chart, quality assurance, and coordination of in-house work with consultants. G. Small Business, Small Disadvantage Business, and Women Owned Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women owned businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. H. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submissions requirements. Firms must submit a copy of their SF 254 and SF 255, and a copy of each consultant's SF 254. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. These must be received in the Mobile District Office (CESAM-EN-MN) not later than close of business on the 30th day after the date of publication of this solicitation in the Commerce Business Daily. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Regulations require that any submittals received after this date cannot be considered by the Selection Board. Include ACASS number in Block 3b and RFP Number in Block 2b of the SF 255. Call the ACASS Center at 503-326-3459 to obtain a number. Solicitation packages are not provided. This is not a request for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered highly qualified(0117)

Loren Data Corp. http://www.ld.com (SYN# 0011 19960429\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page