Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 2,1996 PSA#1586

U.S. Army Engineer District, Alaska, ATTN: CENPA-EN, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets, Building 21-700 (Rm 250), Elmendorf AFB, AK 99506-0898)

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR CIVIL/STRUCTURAL DESIGN, VARIOUS LOCATIONS, ALASKA SOL DACA85-96-R-0016 POC Administrative Inquiries: Ms. Michelle Mandel, 907/753-5633 or Technical Inquiries: Mr. Hal West, 907/753-5600, Contracting Officer: Ms. Gail West 1. CONTRACT INFORMATION: 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 for that part of thework it intends to subcontract. The subcontracting goals for this contract are a minimum of 60.3% of the contractor's intended subcontract amount be placed with small businesses and 9.8% of that to small, disadvantaged businesses. The subcontractingplan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firmfixed price. The limit for each delivery order shall be $150,000.00 with a contract limit of $750,000.00 for a 1 year period. The contract may include an option for an additional year and an additional $750,000.00. More than one AE firm may bected. Contract award is anticipated for Jul 96. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided aredesign of new structures, the renovation of existing structures, conduct site visits, seismic analysis and evaluation of existing buildings (analysis in accordance with FEMA 178-NEHRP Handbook for the Seismic Evaluation of Existing Buildings, andapplicable TMS), wind, snow and seismic loads, prepare evaluation reports, site layout, area grading, parking lot and road design, and water and sewer service design (utilidor or direct bury). Arctic design experience is required either in-house orprovided by a subcontractor. The firm must demonstrate ability to provide CADD formatted drawings and use MCACES-Gold (estimating system) for all projects and in addition use the Automated Review Management system (ARMS) via modem for Army projects.MCACES-Gold and ARMS programs shall be furnished by the Government (Hardware required for ARMS: IBM compatible, 486 computer and a 20MB hard drive with 640K memory.) LOCATION: Various Locations, Alaska. 3. SELECTION CRITERIA: The followingselection criteria headings are listed in descending order of importance: (A) professional personnel in the following disciplines: (weighted equally) (1) minimum in-house requirements are 2 registered civil/structural engineers each with 5 yearspost-graduate experience; (2) disciplines which may be subcontracted: architectural, mechanical, electrical, and specification writer, estimator, and asbestos/HTRW. Responding firms MUST address each discipline, clearly indicate which shall besubcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, andwho, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (B) specialized experience and technical competence in: (1) general civil design relating to building siting and layout,and (2) structural requirements and seismic experience; (C) location of the firm in general geographical area of the projects and knowledge of locality: availability of AE staff to meet frequently with Corps personnel in the Alaska District Corps ofEngineers' office in Anchorage and ability to mobilize staff to Alaskan project sites on relatively short notice; (D) capacity to maintain schedules and accomplish required work on three simultaneous delivery orders; (E) past performance on DOD andother contracts with respect to cost control, quality of work, and compliance with schedules; (F) volume of DOD contract awards in the last 12 months as described in Note 24; and (G) extent of participation of SB, SDB, historically black colleges anduniversities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 255s (1 copy only) should include: (1) organization of proposed project team, (2)responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the formsMUST be used, and may be obtained from the Government Printing Office, by calling the administrative contact named above, or from commercial software suppliers for use with personal computers and laser printers. Submittals must be received at theaddress indicated above not later than COB (4:00 pm Alaska time) on the 30th day from 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. Anysubmittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided.(0121)

Loren Data Corp. http://www.ld.com (SYN# 0024 19960501\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page