Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1996 PSA#1685

U.S. Army Engineer District, Savannah, P.O. Box 889, Savannah, GA 31402-0889

C -- C-INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT TO SUPPORT THE CONSTRUCTION DIVISION'S CONSTRUCTION MANAGEMENT ACTIVITIES WITHIN THE STATE OF GEORGIA POC Mr. Harry Ike, 912/652-5112. 1. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Indefinite Quantity Contract to support the Savannah District Construction Division's Construction Management Activities for civil and military projects in the State of Georgia. The Contract will be awarded for a basic period with an option to extend the contracts for two additional periods, not to exceed a total of three years. Work requirements are subject to satisfactory negotiation of individual task orders with the total contract not to exceed $1,000,000 for each contract period. If the contract amount for the base period or option periods have been exhausted or nearly exhausted, the next option period may be exercised. Option periods may not exceed one year. The maximum limitation of each individual task order shall be limited to the amount of the contract. 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. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, and small disadvantaged business on SF 255. If selected, the large business offeror will be required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% TO SMALL BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS), 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontracting goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, please contact Ms. Ophelia Kendricks, Contract Specialist, at 912/652-5072. 2. PROJECT INFORMATION: The firm selected will be required to perform services primarily at Moody AFB, Ft. Benning and Ft. McPherson, GA. Other work at locations within the State of Georgia may also be assigned. The selected firm 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 E are primary. Criteria F thru H are secondary and will only be used as ''tie-breakers'' among technically equal firms. A. Specialized experience and technical competence in: (1) Construction inspection; (2) Shop drawing reviews; (3) Review of contractor submittals; (4) Preparation of contract related documents and analysis, such as construction cost estimates, delay impact analysis, claims and change order analysis; (5) Biddability and constructibility reviews; (6) In Block 10 of the SF 255, 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. B. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. C. Capacity to Accomplish the Work: The capacity to field up to six (6) Construction Inspectors concurrently. D. 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) Environmental engineering; (8) Construction Inspectors in (a) civil; (b) electrical; (c) mechanical; (d) structural; (e) architectural; (f) environmental. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. E. Knowledge of Locality: Knowledge of locality as it pertains to design and construction methods of projects in the geographic area of this contract. F. Geographic Location: Geographic location with respect to the region under consideration. G. Small Business, Small Disadvantaged 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. H. 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 submission requirements. Interested firms having the capabilities to perform this work must submit one (1) copy of SF 255 (11/92 edition) for prime and one (1) copy of SF 254 (11/92 edition) for prime and all consultants to the above address, ATTN: EN-EA, 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. No faxed submittals will be accepted. Include the firm's ACASS number in the SF 255, block 3b. For ACASS information, call (503) 326-3459. Cover letters and extraneous materials (brochures, etc.) ARE NOT desired and WILL NOT be considered. ****PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of discussing this announcement WILL NOT BE SCHEDULED. ****THIS is NOT a REQUEST for a PROPOSAL. (0263)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960920\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page