Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688

U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978

C -- DESIGN OF MISCELLANEOUS MILITARY & CIVIL PROJECTS SOL DACA45-97-R-0002 POC For further information, contact John M. Miller at: (402) 221-4176. CONTRACT INFORMATION: Up to three Indefinite Delivery Type contracts may be awarded for a period of one year and may include an option for two additional one year extensions. The contract amount will not exceed $1,000,000 in any period. Delivery Orders will be issued from time to time as the need arises during the contract period. The amount of the delivery orders will not exceed the contract amount in any period. All contracts may not be awarded if workload is not sufficient to support all contracts. Contract award is anticipated in February 1997. Types of services required may include site investigations, studies, reports, concept design, final design, construction phase services. Allocation of delivery orders from among firms awarded the proposed contracts or with IDT contracts for similar work will be based on the following factors: specialized knowledge or expertise which would significantly benefit a specific customer or enhance execution, past experience with a specific customer or knowledge of the locality, availability of appropriate staff, performance on previous delivery orders, magnitude of delivery order relative to remaining contract capacity, equitable workload distribution. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 53% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and Women Owned Businesses (WOB), 9% be placed with SDB, and 3% be placed with WOB. PROJECT INFORMATION: Delivery orders under this contract may include design for new construction, additions, alterations, rehabilitations, maintenance and repair on a variety of facilities at various installations. Projects will be located primarily within the Omaha District, but may be located anywhere in the U.S. subject to higher headquarters approval. Types of facilities will include primarily operational and training, administrative, maintenance and production, and supply, and may also include recreational, housing and community facilities, utilities and grounds improvements as well as design of other military and civil works projects. Projects may also include design for demolition of facilities containing asbestos and/or lead paint. Use of the metric system of measurement may be required for some deliverables under the proposed contract, however, metric system experience is not a selection criterion and is not required for selection. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Design of facilities similar to those described in Project Information. (2) Producing quality designs as evidenced by the firm's quality control procedures described in the firms Design Management Plan, (DMP). (3) Effective coordination and management of the project team, including consultants as described in the DMP. (4) Construction cost estimating and preparation of estimates on IBM compatible personal computers using Corps of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) GOLD version or similar system (M-CACES software will be provided). (5) Producing Computer Aided Drafting and Design (CADD) drawings fully compatible with one of the following: Intergraph Unix System 5 Microstation 32 (version 5.0 or later, Intergraph MS-DOS Microstation PC (version 5.0 or later). (b) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: architecture, asbestos/lead paint remediation, cost estimating, interior design, landscape architecture, civil, electrical, mechanical, sanitary/environmental and structural engineering. (c) Capacity to accomplish the work in the required time, including the ability to complete more than one work order at a time. (d) Past performance as described in Note 24. (e) Location in the general geographic area of the Omaha District. (f) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (g) Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. Personal visits for this solicitation to the Omaha District offices will not be scheduled. See Numbered Note(s): 24. (0268)

Loren Data Corp. http://www.ld.com (SYN# 0019 19960925\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page