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 -- IND DEL CONTRACTS (2) TO SUPP THE DIRECTORATE OF ENGINEERING & HOUSING AT THE U.S.A. GARRISON, REPUBLIC OF PANAMA SOL AECA**-96**-0009 POC Contact Mr. Dan Mizelle, 334/441-5741; Contracting Officer, Edward M. Slana (Site Code W31XNJ) 1. CONTRACT INFORMATION: (Refer to Solicitation Number DCA01-96-R-0046). A-E services are required for two (2) Indefinite Delivery Contracts to Support the Directorate of Engineering and Housing, U.S. Army Garrison in the Republic of Panama. This announcement is open to all businesses regardless of size. The contracts will be awarded for one year each with an option to extend the contracts for one additional year each. 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: The selected firms will be required to perform work of a general nature, including small maintenance/repair, and minor construction projects. Under the provision of the Treaty between the United States and the Republic of Panama and the agreement in implementation of Article 4 thereof, it is required that a Panamanian firm, which provides services which are comparable in quality to those which may be obtained from other sources, must to the maximum extent possible be given preference. 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 D are primary. Criteria E thru G aresecondary and will only be used as ''tie-breakers'' among technically equal firms. A. Professional Qualifications: The contract will require the following registered engineering and architectural disciplines: (1) Civil Engineer; (2) Architect; (3) Mechanical Engineer; (4) Electrical Engineer; (5) Structural Engineer; (6) Cost Estimating; (7) Registered NCIDQ Interior Designer or Registered Architect with individual and firm experience in comprehensive interior design, including space planning and applicable Code of Federal Regulation rules, prewired workstations, furniture specifications, and knowledge of the acquisition process including applicable FAR and funding limitations. 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. B. Specialized experience and technical competence: Additional evaluation factors are provided in order of importance: (1) Small maintenance/repair projects; (2) Minor construction projects; (3) Construction support services; (4) Experience in work on similar projects in the Republic of Panama; (6) Presence of qualified key consultant in the Republic of Panama; (7) In Block 10 of the SF 255 describe the firms's quality management plan, including the team's organization including an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants. C. Capacity to Accomplish the Work: Capacity to perform three (3) Delivery Orders averaging $50,000 each concurrently; D. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Knowledge of the Locality: Knowledge of doing similar type work in the Republic of Panama; F. Geographic Location: Geographic location with respect to the region under consideration. 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 requires 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. 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# 0012 19960429\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page