Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1996 PSA#1600

U.S. Army Engineer District, San Fancisco, COE, 211 Main Street, Room 809, San Francisco, CA 94105-1905*

R -- INDEFINITE DELIVERY ORDER (IDO) CONTRACT FOR DESIGN SERVICES SOL DACW07-96-R-0007 POC Ofelia (Offel) R. Rosales, Contract Specialist, (415)744-3304*. For Tech. Info., contact Ted Rosantsson, (415)744-3297* *NOTE: EFFECTIVE JUNE 10, 1996, CALL (415)977-8499 & 8696, RESP. Indefinite Delivery Order (IDO) Contract for A/E Design Services for San Francisco District, U.S. Army Corps of Engineers. Design Services include, but are not necessarily limited to: civil and geotechnical engineering. Work may include complete plans and specifications for small projects, separable portions for larger projects, quantity takeoffs, design of specific features and other related work. The Contractor shall be responsible for accomplishing designs and preparing drawings using computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in (1) Autodesk AutoCAD CADD software, release 13 (and/or higher), MS-DOS Windows, and/or (2) Intergraph MicroStation NT software, release 5.0 (or higher), Windows NT, version 3.51 (or higher), electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The target platform in a P5-133 workstation with a MS-DOS/Windows, version 6.22/3.51 for AutoCAD, a TD 30 workstation with a Windows NT, version 3.51 operating system for Intergraph. Advanced application software used in preparing drawings on Intergraph shall be delivered in Inroads, version 4.01 MicroStation electronic digital format. Most of the ''Experience Profile Codes'' listed in the SF 254 apply. Item 4 of Form 255 shall indicate personnel strength of the principal firm at the office where work is to be accomplished. Additional personnel strength, including consultants, may be indicated parenthetically. In order to be considered for selection, you must note in Block 10 of the SF 255 all DOD contracts awarded to your firm and all affiliates (do not include consultants) during the last 12 months along with the dollar amount of the awards and the total amount awarded. 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 that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 40% of the contractor's intended subcontract amount be placed with small businessess (SB), including small disadvantaged businesses (SDB), and 8% be placed with SDB. The plan is not required with this submittal. The A-E Pre-Selection Board will use a numerical scoring system to establish maximum scores for each firm on each of the six evaluation criteria stated in relative order of importance in Note 24 including the following sub-criteria: Criteria 1 thru 5 are primary. Criteria 6 thru 8 are secondary and will only be used as ''tie-breakers'' among technically equal firms. 1. Professional Qualifications: (a) Civil Engineering, (b) Structural Engineering, (c) Geotechnical Enginerring, (d) Specification Writing, (e) Cost Estimating, Drafting, (f) Computer-aided drafting system (Intergraph or AutoCad), and (g) Multimate or Wordperfect word processing. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. 2. Specialized Experience: (a) Navigation and flood control related design; (b) flood control channel design; (c) streambank protection; and (d) subsurface soils exploration. 3. Capacity of firm to perform work in required time. 4. Past Performance. 5. Knowledge of the Location: Knowledge of the California State Plans Coordinate System. 6. Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 7. Volume of DOD contract awards in the last 12 months as described in Note 24. 8. Geographic Location - location of the essential staff for this project (or a commitment to locate) in the general geographical area of the projects. The A-E Selection Board will rate the firms using the same numerical scoring system as the A-E Pre-Selection Board. The contract will be awarded for a period of one year on or about 96 Nov 21. Cumulative total for all work orders will not exceed $750,000. for the term of the contract, and each work order will not exceed $150,000. The Contract may be renewed for an additional one year period with an additional ceiling of not to exceed $750,000. Contract will include a schedule of overhead and wage rates upon which costs of work orders will be based for the one year period. Firms desiring consideration must submit a SF 254, if not already on file, and a SF 255 within thirty (30) calendar days from the date of this notice. Further information may be obtained by contacting Mr. Theodor (Ted) Rosantsson at (415) 744-3297*. THIS IS NOT A REQUEST FOR PROPOSALS. Note 24 applies to this procurement. *NOTE: EFFECTIVE JUNE 10, 1996 OUR NEW ADDRESS IS: U.S. ARMY ENGINEER DISTRICT, SF, COE, ATTN: CESPN-CT, 333 MARKET STREET, ROOM 704, SAN FRANCISCO, CA 94105-2197. THE TELEPHONE NOS. FOR OFELIA (OFFEL) R. ROSALES IS (415)977-8499 AND THEODOR (TED) ROSANTSSON IS (415)977-8696. (0141)

Loren Data Corp. http://www.ld.com (SYN# 0060 19960521\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page