Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1996 PSA#1657

Huntington District, Corps of Engineers, 502 8th Street Huntington, WV 25701-2070

C -- ARCHITECT-ENGINEER SERVICES FOR PROJECT MANAGEMENT AND COST ENGINEERING POC Sandy King, CONTRACT SPECIALIST (304)529-5182. 1. CONTRACT INFORMATION: Architect-Engineer Services are required for an Indefinite Delivery Contract for engineering services to support the Huntington District, Corps of Engineers (includes West Virginia, Virginia, Ohio and Kentucky). Contract period will be for a base period of one year with two option years. Individual, fixed-price work orders will not exceed $1,000,000.00 and the annual ceiling for the base year and the option years is $1,000,000.00 per year. 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 plan is NOT required with this submittal. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Services will include project scheduling, cost engineering and cost estimating, and evaluation of schedules and cost estimates prepared by others. Prospective A-E firms must be experienced in the use of PRIMAVERA and MCACES software. Also, firms must have experience in scheduling and cost engineering for the decontamination and decommissioning of nuclear facilities owned by the U.S. Department of Energy. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed in descending order of importance (first by major criterion then by sub-criterion). Criteria a. thru d. are primary. Criteria e. and f. are secondary and will only be used as ''tie-breakers'' among technically equal firms. a. Professional Qualifications: education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. b. Capacity: firm must demonstrate experience with similar size projects and the available capacity of key desciplines to perform work on a nationwide basis in a timely manner. c. Specialized Experience and Technical Competence: firm must demonstrate specialized experience on similar projects and the technical capabilities in the use of PRIMAVERA scheduling software and MCACES cost estimating software. Firm must also clearly demonstrate past experinece with decontamination and decommissioning projects. d. Past Performance: performance on contracts with government agencies in terms of quality of work and compliance with performance schedules. e. Current DoD Contracts: the volume of DoD contracts awarded during the previous twelve months. f. SB and SDB Participation: extent of participation of small businesses, small disadvantaged businesses, woman-owned businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after 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. Solicitation packages are not provided. This is NOT a request for proposal. (0222)

Loren Data Corp. http://www.ld.com (SYN# 0009 19960812\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page