|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 24,1996 PSA#1686USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS
CITY MO 64106-2896 C -- A-E SERVICES FOR UP TO (2) TWO IDT TYPE CONTRACTS FOR DRAFTING
SERVICES FOR PREPARING FINAL INKED ENGINEERING AND ARCHITECTURAL
DRAWINGS EITHER MANUALLY OR DIGITAL FOR BOTH CIVIL AND MILITARY SOL
DACW41-96-R-0053 DUE 101896 POC Contract Specialist ROBERT C.
ADELSPERGER (816) 426-6483 (Site Code DACW41) 1. CONTRACT INFORMATION:
At least two indefinite delivery type contracts will be awarded for
drafting services for preparing final inked engineering and
architectural drawings either manually or digital for both civil and
military projects within the Kansas City District. Each contract will
be accomplished by separate task orders not to exceed $500,000.00 with
the total cumulative amount of each contract limited to $1,000,000.00
for a one year period, with an option for (2) two one year extensions
to the contract for an additional $2,000,000.00. All large businesses
are reminded that the successful firm will be expected to place
subcontracts to the maximum practical extent with Small and Small
Disadvantaged firms in accordance with Public Law 95-507. This plan is
not required with this submittal, but must be approved prior to award
to any large business. Of the subcontract amount, goals assigned to
the KCD are 60.3% for small business, 9.8% for small disadvantaged
business and 2.9% for women-owned small business concerns. Small
Disadvantaged Business goals of less than 5% must be approved two
levels above the Contracting Officer, pursuant to DOD FAR Supplement
219.705.4. For informational purposes the small business size for this
citation is one where the average annual receipts of the concern and
it affiliates for the preceding three (3) fiscal years does not exceed
$2.5 Million, the Standard Industrial Classification Code (SIC) is
8712. 2. PROJECT INFORMATION: Each contract will include the
preparation of final inked engineering and architectural drawings from
sketches, marked- up prints, etc. and the firm shall be responsible
for preparing 2-D and 3- D drawings with database attachments which are
fully compatible with intergraph's Microstation version 5.0 or higher.
Project Architect version 5.0 or higher, and In Roads version 5.0 or
higher. This contract will be used to augment the current drafting
staff of the Kansas City District. The drawings will be time sensitive
and require a rapid turnaround. The government may require, at the
Contractor's expense, a demonstration of its hardware and software in
order to complete it's evaluation. 3. SELECTION will be based on the
following criteria listed in descending order of preference. Items a
thru d are the primary selection criteria. The criteria in e and f only
will be applied in a tie-breaker situation. a. Professional
capabilities. Responding firms shall demonstrate capabilities: (1)
Capability to provide a registered professional engineer to resolve
technical problems; (2) Capability to provide a minimum of 8 draftsmen
or technicians to meet projected work schedules; (3) Capability to
proved draftsmen or technicians experienced in the preparation of inked
drawings, use of Leroy Lettering guides, and freehand letter
(engineering style). b. Specialized experience and technical
competence. Specific specialized experience includes: (1) Experience
similar to that stated above in project information; and (2) Quality
management procedures. Your Quality Control Plan should include a
presentation of internal controls, reviews and specific quality control
processes that will be used to insure a quality product is produced.
(Cite in Block 10 of SF 255.) c. Capacity for a concurrent workload of
$400,000 to $750,000 of services similar to those described above. d.
Past Performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules. e.
Location of firm in general geographical area of the project. f. Extent
of participation of SB, SDB, historically black colleges and
universities, and minority institutions in the proposed contract,
measured as a percentage of the estimated effort. g. Volume of DOD
contracts awarded in the last 12 months to the prime A-E firm. (Cite in
Block 10 of SF 255.) 4. SUBMITTAL REQUIREMENTS. Interested firms have
the capabilities to perform this work must submit an SF 255 to the
address listed below no later than close of Business (4:00 pm Kansas
City Time) on October 18, 1996. Each firm/consultant listed within the
SF 255 must have a current SF 254 (submitted within the last 12
months) on file with the Corps of Engineers, or one must be submitted
with this package. Only the November 1992 edition of the SF 255/254
will be accepted. Solicitation packages are not provided. This is not
a request for proposal. Submit responses to: U.S. Army Engineer
District, Kansas City, ATTN: CEMRK-CT-M/Murray, 757 Federal Building,
601 E. 12th Street, Kansas City, Missouri 64106-2896. 5. QUESTIONS.
Questions of a technical nature may be addressed to Mr. Bobby Kincaid
at 816-426-5243 and those of a contractual nature to Mr. Robert
Adelsperger at 816-426-6483.(0264) Loren Data Corp. http://www.ld.com (SYN# 0009 19960923\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|