Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 30,1996 PSA#1605

Norfolk 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