Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1996 PSA#1695

USAED Pgh,Rm.727, Wm.S.MoorheadFed.Bldg.1000 Liberty Ave.,Pittsburgh, PA 15222-4186

C -- INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES FOR MISCELLANEOUS DESIGN SERVICES, POC WILLIAM A. KARAFFA 412-644-3596 SOL DACW59-96-R-0033 POC Janet E. Laukaitis, Contract Specialist (412) 644-4157 Michele R. Hutfles, Contracting Officer (412) 644-6928. 1.CONTRACT INFORMATION: The U.S. Army Engineer District, Pittsburgh, PA, requires A-E design services for various features of ongoing waterway development and maintenance programs. The work to be issued under this contract will primarily involve designs for major civil works projects specifically related to new or existing navigation locks and dams or flood control projects. This announcement is open to all business regardless of size. A firm-fixed price contract will be negotiated. The contract will be for a base period with 2 (1) year option periods. It is additionally noted that an option period may be exercised when the amount of the current period ceiling costs have been exhausted. The cost ceiling per annum is $1 milion per contract annum/period with no limitation on individual task order(s) other than they may not exceed the annum ceiling, of $1 Million. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goal for this contract are that a minimum of 20% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and 5% be placed with SDB. The plan is not required with this submittal. 2. PROJECT INFORMATION: The services to be provided under this contract will be multi-disciplinary and will include Architectural Design; Structural Engineering; Civil Engineering; Geotechnical Engineering and Geology; Environmental Engineering including water/wastewater treatment and distribution, acid mine drainage remediation, stream restoration, and erosion and sedimentation control; Mechanical Engineering; Electrical Engineering; and other related Technical Services. The services required will pertain to partial or complete designs of miscellaneous civil works projects including navigation locks and dams, and flood control structures. The work issued may include the complete or partial preparation of contract drawings, specifications and quantity and/or MCACES cost estimates, as would be necessary for each project. SELECTION CRITERIA: Selection criteria as outlined in FAR 36.602-1 and DFARS 236.602-1(a)(6) includes, but is not limited to the following. The following selection criteria, listed as (a) through (d) are listed below in descending order of importance shall be considered the Primary Selection Criteria of Evaluation (first by major criterion and then by each sub-criterion): (a) Professional qualifications including education, experience and professional registration of individuals within the firm which are necessary for satisfactory performance of required services. (b) Specialized experience and technical competence of the firm and its staff as directly related to major civil works projects including experience related to the design of new navigation locks and dams, and related to the rehabilitation of existing navigation locks and dams, with an emphasis given to innovative design concepts; experience related to structural, mechanical and electrical designs for rehabilitation of earthen and concrete flood control dams; experience related to the design of ancillary features of multi-purpose reservoir projects (i.e. roads, buildings, recreational features); experience related to the design of flood control and erosion control projects; experience related to environmental designs and studies of acid mine drainage control and remediation, water quality, and stream restoration; and experience related to other types of civil works consistent with the Pittsburgh District's mission. (c) Capacity of the firm to accomplish the anticipated work in the required time. The evaluation will consider the experience of the firm and any consultants in similarly sized projects, and the size and qualifications of the firm's (and its consultants) staff in key disciplines. (d) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (ACASS reports will be used for past performance on Government projects). The following selection criteria, listed as (e) through (g) are listed in descending order of importance, are secondary and will only be used as tie-breakers among technically equal firms and are considered Secondary Selection Criteria: (e) Location in the general geographical area of the project and knowledge of the locality of the project provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (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 total estimated effort. (g) Volume of work awarded to the primary firm by DOD (Department of Defense) during the previous 12 months, as described in Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Architect-Engineer firms meeting the requirmeents set forth in this announcement are requested to submit 2 copies of the completed Standard Form 255 (11/92 edition), Architect-Engineer and Related Services Questionnaire for specific projects and any supplemental data which documents the firm's qualifications. Each SF 255 must include a description of the firms formalized Quality Control (QC) Procedures relating to design work, and the firms proposed Subcontracting Plan. The QC Procedures should explain the processes by which the firm and its subcontractors produce quality designs which are free of errors and omissions. Any firm that does not have a current (within the past 12 months) Standard Form (SF) 254 (11/92 edition), Architect-Engineer and Related Services Questionnaire on file in this office must also furnish 2 complete copies of the SF 254. Firms responding within 30 calendar days after date of this announcement will be considered for selection. No other general notification to firms under consideration for this project will be made and no further action is required. This is not a request for proposal. See Numbered Note(s): 24. (0277)

Loren Data Corp. http://www.ld.com (SYN# 0012 19961004\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page