Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1996 PSA#1689

DOT/Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, MA 02142

R -- ARCHITECTURAL AND ENGINEERING SUPPORT FOR DOT AND OTHER AGENCIES' INFRASTRUCTURE NEEDS SOL DTRS57-96-R-00015 DUE 102696 POC Mary Crowe, Contract Specialist, (617) 494-3421 Eileen Norcott, Contracting Officer, (617) 494-2180. 1. CONTRACT INFORMATION: An Indefinite Quantity/Indefinite Delivery Contract for multiple discipline Architectural/Engineering Support Services is required in conjunction with Volpe Center projects sponsored by the Department of Transportation and other federal agencies, for the planning and designing of the upgrade, construction, remediation and maintenance of transportation related facilities and systems. Firm-Fixed-Price Task Orders may be issued for a period of one (1) year from date of contract award, with options for four additional 12 month periods. The total duration of the contract shall not exceed five (5) years and the cumulative total of all task orders shall not exceed $9,000,000. The total of all task orders for the base year shall not be less than $10,000 (Guaranteed Minimum.) While multiple awards for this procurement are possible, the Government reserves the right to issue only one award. If a large business firm is selected for this announcement it must comply with the FAR Clause 52.219-9 regarding the requirement for a subcontracting plan. The plan is not required as part of this submittal. 2. PROJECT INFORMATION: Primary concentration is expected to be in civil engineering as it relates to railroads and rail vehicles. Engineering support will also be required in other areas related to transportation facilities such as buildings, towers, bridges, pavements, off-shore structures and port facilities with projects varying from construction design to transportation operations planning, and involve disciplines such as mechanical, electrical, environmental, energy, industrial & marine engineering. The majority of the work will be performed throughout the contiguous United States, however, there may be specific projects which will require travel to foreign countries. The contractor shall provide the necessary personnel, facilities, materials, equipment, services as described by individual Task Orders in areas which include: infrastructure planning, facilities and vehicle inspection and assessment, engineering studies, testing services, design and analysis, cost analysis, preparing plans and specifications, and site related services. 3. SELECTION CRITERIA: See CBD numbered Note 24 for a general description of the selection process. The following selection criteria, listed in relative order of importance will be used in the evaluation of the architect/engineeering firms: (1) Satisfactory past performance record, considering ratings from clients on similar contracts with Government agencies and private industry during the last five years, including quality of work, compliance with performance schedules and cost control effectiveness. Include names and current phone numbers for listed clients. Clients may be contacted during the evaluation process. (2) Specialized experience and technical competence of the firm in areas related to the assessment, rehabilitation, design, and construction monitoring of transportation infrastructure and ancillary support facilities. (3) Professional experience and qualifications of the staff proposed to support this work. (4) The firm's ability to understand, and its technical approach of executing the contract requirements as described above. (5) Geographical location of the program office and the network of supporting offices; (6) A/E firm quality control practices and techniques as well as its plans for management and cost controls. Other factors to be considered in the evaluation process include each firm's minority and women employment practices, which will be considered in terms of bonus points during the evaluation process. Joint venture arrangements will be considered and evaluated on the basis of demonstrated interdependency of the members to provide quality design effort. Any firm or joint venture which augments its in-house staff by subcontracting with consultants must perform a majority of design services with in-house staff. 4. SUBMISSION REQUIREMENTS: Those firms which meet the requirements described in this announcement and wish to be considered must submit one copy each of SF254 and SF255 for the firm and SF 254 for each consultant listed in block 6 of the firm's SF255 to Mary Crowe, DTS-853, 55 Broadway, Kendall Square, Cambridge, MA 02142. Supplemental information such as representative examples of relevant projects is encouraged. Firms responding to this announcement by 10/26/96 will be considered. THIS IS NOT A REQUEST FOR PROPOSALS. This Notice is for informational purposes For Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. For information concerning the acquisition, contact the contracting officials noted above. (0269)

Loren Data Corp. http://www.ld.com (SYN# 0048 19960926\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page