|
COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1996 PSA#1605Norfolk District, Corps of Engineers, ATTN: CENAO-EN, 803 Front Street,
Norfolk, Virginia 23510-1096 C -- ARCHITECT-ENGINEER SERVICES FOR TECHNICAL ASSISTANCE, STUDIES,
ANALYSES AND DESIGNS, PLANS AND SPECIFICATIONS FOR CIVIL AND
TRANSPORTATION WORK UNDER THE JURISDICTION OF NORFOLK DISTRICT, CORPS
OF ENGINEERS POC Mark Gill, (804)441-7593 The indefinite delivery work
consists of projects at various locations under the jurisdiction of
the Norfolk District, Corps of Engineers and the Military Traffic
Management Command. Work will include preparation of plans,
specifications and contract documents and studies for military projects
in minor construction, maintenance and repair projects. 1. CONTRACT
INFORMATION. A-E services may be required as follows: field
investigations, topographic survey, concept and final design including
preparation of plans, specifications, cost estimates and analyses,
review of shop drawings, preparation of as-built drawings and site
visits during construction, for projects and studies within the
jurisdiction of the Norfolk District. Technical assistance to other
organizations is expected to involve transportation capability analyses
of rail, roadway, port and airfield scenarios with related facilities
followed by development of programming documents including preliminary
cost estimates. Assistance to other organizations may require travel
outside the immediate vicinity of Norfolk, VA. The type of contract
proposed is an Indefinite Delivery Contract (IDC). A maximum of two (2)
contracts may be awarded. The cumulative value of all Delivery Orders
on each IDC will not exceed $750,000.00 per year and no one delivery
order will exceed $150,000.00. Each delivery order will be a lump sum,
fixed fee order. Each contract will be awarded for a period of one
year with an option to extend for one additional year. The method used
to allocate delivery orders between contracts will primarily be
divided by projects for HQ ACC and the Norfolk District with secondary
considerations for AE workload, performance and quality. The
Contracting Officer, or appropriate representative, shall have final
approval on said allocations. 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, and a Small and Small
Disadvantaged Business subcontracting plan will be required. 2.
SELECTION CRITERIA. The selection criteria in descending order of
importance are: A. Specialized experience and technical competence in:
(1) Transportation Capability Studies; (2) Transportation Studies for
Rail Movements; (3) Comprehensive Planning Studies; (4) Mobilization
Projects (Bulk storage holding areas); (5) Familiarity with the project
location; (6) Computer Resources-firms must indicate in Block 10 of the
SF 255 the following items: (a) accessibility to and familiarity with
the Construction Criteria Base (CCB) system. This shall include as a
minimum, the SPECSINTACT specification system, the MCACES cost
estimating system, and the ARMS review management system; (b)
demonstrated CADD capability with capacity to produce output files in
.DXF or .DWG file format (mentioning a propriety product is not
acceptable); (c) access to a Hayes compatible modem, 2400 baud or
better; (7) Previous IDC accomplishments. B. Professional
Qualifications: (1) The design team must demonstrate experienced,
registered professional capability (in-house) for Civil Engineers
experienced in transportation as well as other areas of Civil
Engineering. Registered professionals in the following disciplines
shall be provided for Architectural, Land Surveying, Mechanical,
Electrical and Structural Engineering; (2) Project Team Management Plan
including team organization and proposed method of carrying out the
work to meet specific project requirements and schedule. C. Capacity to
accomplish the work in the required time: Firms must demonstrate
ability of the design team to complete the project as scheduled. D.
Past performance on DOD and other contracts: (1) ACASS evaluations
(superior performance evaluations on recently completed projects is
advantageous); (2) Letters of evaluation/recognition by other clients;
(3) Cost control and estimating performance as a percentage deviation
between the final estimate and low bid; (4) On-time delivery of
designs for DOD and similar projects. E. Volume of DOD contract awards
in the last 12 months. Considerations may include: (1) ACASS
retrievals; (2) Current workload as listed in Block 9 of the SF 255;
(3) Equitable distribution of work among A-E firms. F. Location in the
general geographical area of the project, is desirable, provided that
application of this criteria leaves an appropriate number of qualified
firms, given the nature and size of the project. 3. SUBMISSION
REQUIREMENTS. This is not a request for proposal. Solicitation packages
will not be provided. All requirements of this announcement must be met
for a firm to be considered responsive. Interested firms having the
capabilities to perform this work must submit a single SF 255 for the
design team and current SF 254s for prime firm and all consultants to
the above address. The SF 255 must include the following: (1) Firms
with more than one office-(a)Block 4: distinguish, by discipline,
between the number of personnel in the office to perform the work and
the total number of personnel in the firm; (b) Block 7c: each key
person's office location; (2) Block 3: prime firm's ACASS# and distance
from the project location; (3) Block 7f: registrations must include the
year and discipline; (4) Block 8b: include a descriptive project
synopsis of major items of work; (5) An organizational chart including
all key elements of the design team demonstrating the firm's
understanding of and ability to execute the project. Information in
cover letters will not be considered. The revised 11/92 edition of the
SF255 (NSN 7450--1-152-8074) & SF254 (NSN 7540--1-152-8073) is
required. You may obtain the forms through GPO at (202)783-3238. The
completed proposal must be received at the address indicated above
within 30 days from the date of this issue in order to be considered.
For the purposes of this notice, day number one is the day following
the date of publication and, should the closing date occur on a weekend
or national holiday, the closing date is automatically extended to the
next work day. Submittals by FAX will not be accepted or considered.
Prior to the final selection, firms considered highly qualified to
accomplish the work may be interviewed either by telephone or by formal
presentation. (0149) Loren Data Corp. http://www.ld.com (SYN# 0024 19960529\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|