|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1996 PSA#1675U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P.O. BOX 2288,
MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602 C -- IDC TO SUPP THE CONSTR DIV CONSTR MGMT ACTIVITIES FOR THE CENTRAL
& SO. AL AREA OFC, RFP:DACA01-96-R-0089 SOL AEMXXX-96XX-0016 POC
Contact Mr. Dan Mizelle, 334/441-5741; Contracting Officer, Edward M.
Slana (Site Code W31XNJ) 1. CONTRACT INFORMATION: A-E services are
required for an Indefinite Delivery Contract to Support the Mobile
District Construction Division's Construction Management Activities for
the Central and South Alabama Area Offices. This announcement is open
to all businesses regardless of size. The Contract will be awarded for
a one year period with an option to extend the contract for two
additional periods, not to exceed a total of three years. Work to be
subject to satisfactory negotiation of individual delivery orders with
the total contract not to exceed $750,000 for each contract period.
Selection of AE firms is not based upon competitive bidding procedures,
but rather upon the professional qualifications necessary for the
performance of the required services. 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 the work it
intends to subcontract. The subcontracting goals for this contract are
a minimum of 52.5% of the contractor's intended subcontract amount be
placed with small businesses (SB), including small disadvantaged
businesses (SDB), and women-owned business, 8.8% be placed with SDB,
and 5% for women-owned business. The subcontracting plan is not
required with this submittal. 2. PROJECT INFORMATION: The firm selected
will be required to perform services primarily at Fort Rucker, AL,
Maxwell AFB, AL, and Gunter AFB, AL. Other work at locations within the
Mobile District may also be assigned. The selected firms will be
required to perform a broad range of engineering services to satisfy
fluctuating needs and conditions. Services required include assistance
and guidance to Field Offices, and site visits. 3. SELECTION CRITERIA
IN RELATIVE ORDER OF IMPORTANCE: See Note 24 for general selection
process. The selection criteria are listed below in descending order of
importance (first by major criterion and then by each sub-criterion).
Criteria A thru D are primary. Criteria E thru G are secondary and will
only be used as ''tie-breakers'' among technically equal firms. A.
Professional Qualifications: The contract will require the following
disciplines: (1) Architecture; (2) Civil engineering; (3) Mechanical
engineering; (4) Electrical engineering; (5) Structural engineering;
(6) Cost estimating; (7) Construction Inspectors in (a) civil; (b)
electrical; (c) mechanical; (d) structural. Resumes (Block 7 of the SF
255) must be provided for these disciplines, including consultants. B.
Specialized experience and technical competence in: (1) Shop drawing
reviews; (2) Construction inspection; (3) Biddability and
constructibility reviews; (4) Review of contractor submittals; (5)
Preparation of contract related documents and analysis, such as
construction cost estimates, delay impact analysis, claims and change
order analysis; (6) In Block 10 of the SF255 describe the firm's
quality management plan, including the team's organization with an
organizational chart, quality assurance, and coordination of the
in-house work with consultants. C. Capacity to Accomplish the Work: The
capacity to field up to three (3) Construction Inspectors concurrently.
D. Past Performance: Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules; E. Geographic Location: Geographic location with
respect to the region under consideration. F. Small Business, Small
Disadvantage Business, and Women Owned Business Participation: Extent
of participation of small businesses, small disadvantaged businesses,
women owned businesses, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort; G. Equitable Distribution of
DOD contracts: Volume of DOD contract awards in the last 12 months as
described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submissions requirements. Firms must submit a copy of their SF
254 and SF 255, and a copy of each consultant's SF 254. The 11/92
edition of the forms must be used, and may be obtained from the
Government Printing Office. These must be received in the Mobile
District Office (CESAM-EN-MN) not later than close of business on the
30th day after the date of publication of this solicitation in the
Commerce Business Daily. If the 30th day is a Saturday, Sunday, or
Federal holiday, the deadline is the close of business on the next
business day. Regulations requires that any submittals received after
this date cannot be considered by the Selection Board. Include ACASS
number in Block 3b and RFP Number in Block 2b of the SF 255. Call the
ACAS Center at 503-326-3459 to obtain a number. Solicitation packages
are not provided. This is not a request for proposal. As required by
acquisition regulations, interviews for the purpose of discussing
prospective contractors' qualifications for the contract will be
conducted only for those firms considered highly qualified after
submittal review by the selection board. (0249) Loren Data Corp. http://www.ld.com (SYN# 0012 19960906\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|