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