Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16,1996 PSA#1701

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

C -- DESIGN/EVALUATION OF RAILROADS AND ROADWAYS WORLDWIDE SOL DACA45-97-R-0006 POC For administrative and procedural questions call John M. Miller at (402)221-4176 and for technical information, call Dan Boyer at (402)697-2666 or (402)221-7266. CONTRACT INFORMATION: Up to two Indefinite Delivery Type contracts may be awarded for a base period and may include an option for two additional periods. The Base period and any option periods will not exceed one year each. Each Task Order issued under this contract will not exceed $1,000,000 with cumulative amount of contract not to exceed $1,000,000 per performance period. Task Orders will be issued from time to time as the need arises during the contract periods and may be issued by any of the Corps of Engineers offices. Contract award is anticipated in March 1997. Types of services required will include site investigations, studies, reports, concept design, final design (option) and construction phase services (option). One or two contracts will be awarded as needed to support workload requirements. The contracts will be awarded in order of the Selection Board's ranking of the selected firms. The ranking will be based on the items listed in SELECTION CRITERIA below. Submitters are advised that all contracts may not be awarded if not supported by sufficient workload. Allocation of task orders from among firms awarded contracts will be based on the following factors: specialized knowledge or expertise that 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 task orders, magnitude of task 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 55% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.5% be placed with small disadvantaged businesses (SDB), and 3% be placed with women-owned small businesses (WOSB). PROJECT INFORMATION: Work under this contract will include the design/evaluation of military and public works railroads and roadways at locations throughout CONUS (Continental United States) and OCONUS (outside CONUS). Task orders under this contract may include design and evaluations services in conjunction with the following: (1) Preparation of plans, specifications, and design analyses for the direct design of railroads, roadway pavements, bridges, and specialized railroad support facilities. Plans will be developed on an Intergraph compatible system, (2) The inspection and providing maintenance recommendations for railroad tracks and bridges, (3) Field and laboratory testing of existing railroad/pavement subgrades, and (4) Specialized consulting services and engineering studies related to the planning, design, construction and evaluation of railroads and vehicular pavements. These services may consist of development/update of transportation systems engineering criteria, evaluation of computer programs. Use of the metric system of measurement will 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 railroad maintenance projects. (2) Design and construction of new railroad tracks with bridges and road crossing signalization. (3) Design of intermodal facilities and vehicular road construction. (4) Knowledge of Army track maintenance standards and Federal Railway Administration (FRA) track safety standards. (5) Producing quality products as evidenced by the firm's quality control procedures. (6) Effective coordination and management of the project team, including consultants. (7) 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). (8) 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: Railroad Engineer, Railroad inspector, Transportation (paving) Engineer, Material Engineer, Geotechnical Engineer, Estimator, Structural Engineer, Electrical/Signal Engineer, and Soil/Paving Laboratory Technician. (c) Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. As a minimum, two railroad track inspection teams, composed of 3 person each, are required. (d) Past performance as described in Note 24. (e) 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 SF 254 for prime and each consultant. To be considered, submittal 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. Submittal 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. (0285)

Loren Data Corp. http://www.ld.com (SYN# 0012 19961015\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page