Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18,1996 PSA#1703

U.S. ARMY CORPS OF ENGINEERS, ST. PAUL DISTRICT, 190 FIFTH STREET EAST, ST. PAUL MN 55101-1638

C -- A-E INDEFINITE DELIVERY CONTRACT FOR STRUCTURAL, CIVIL AND GEOTECHNICAL ENGINEERING WITHIN THE ST. PAUL DISTRICT SOL SPPEMA-6275-0001 POC Contract Specialist DAWN M. LINDER (612) 290-5407 Contracting Officer DENISE M. McCARTHY (612) 290-5409 (Site Code DACW37) CONTRACT INFORMATION: Architect-Engineering services are required for an indefinite delivery contract for the primary disciplines of structural, civil and geotechnical engineering (each of equal priority), additional disciplines are architecture, landscape architecture, hydraulic, mechanical, electrical, cost engineering and specification writing. The A-E firm will perform the services under individual task orders NTE $1,000,000 each and NTE a total of $1,000,000 under the base contract. However, the Government obligates itself to obtain no less than $20,000 in services during a 1-year period. The Government may at its own discretion, extend the contract a maximum of two times for an additional $1,000,000 each. If an option is exercised the Government obligates itself to no less than $10,000 for each option. This announcement is open to all businesses regardless of size. The contract is anticipated to be awarded by February 1997. 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 following subcontracting goals, expressed in terms of percentages of total planned subcontracting dollars, have been established for this contract: 52.5% for small businesses (SB), 8.8% for small disadvantaged businesses (SDB), and 3.0% for women owned businesses (WOB). These goals are informational only and are not intended to be legally binding. Reporting of 100% of all subcontracted dollars, including large businesses, will be done on SF294 and SF295. The selected firm's subcontracting plan will also be evaluated for efforts to involve Historically Black Colleges/Minority Institutions (HBCU/MI). At this time, a plan is not required to be included with the submittal. The Corps will request Service Contract Act wage rates for the selected firms. Upon selection the Contractor shall inform the Government of all possible places of performance so that a wage determination can be requested. If you are awarded this contract and you do not timely request the Corps to obtain a Service Contract Act wage determination for your particular place of performance, the Corps will request a Service Contract Wage determination for your particular place of performance and incorporate it into the contract (retroactive to the date of award) with no adjustment in contract price. PROJECT INFORMATION: The work is for civil works projects, military funded projects and support for other agencies and is to be accomplished within the limits of the St. Paul District. The services may include all or part of the following: (1) preparation of preliminary and final designs; (2) preparation of computer generated contract drawings, and specifications; (3) preparation of quantity take offs and cost estimates; (4) construction engineering services including shop drawing review, contract modifications, engineering advice during construction, field inspection and preparation of as-built drawings (drawings of record), and operation and maintenance manuals; (5) inspection, evaluation and reports on completed projects. The type of projects are those performed in the St. Paul District. Currently this may involve flood control dams, local flood protection projects, and recreation projects. Design work may include geotechnical design, hydraulic design, foundation design, steel and concrete design, utilities, structural, mechanical, electrical, and architectural design for buildings, pumping systems, electrical controls, communication systems, and civil and landscaping site work. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance are: a. Professional capabilities including qualified professional personnel in structural, geotechnical, civil, mechanical, electrical, hydraulic, specification, cost engineering, architectural, and landscape architect design. b. Specialized experience and technical competence in: (1) those areas mentioned in Paragraph 2 as currently performed in the St. Paul District; (2) quality management, the evaluation will consider the management structure; coordination of disciplines, offices and subcontractors; and quality control plans. Required information includes an organization chart; and (3) CADD. c. Capacity to accomplish $1 million in services within a one year period. This includes ability to perform work on up to four task orders with overlapping schedules. d. Past performance on contracts with respect to cost control, quality of work and compliance with performance schedules. e. Knowledge of the locality including cold climate engineering, design, and construction f. Extent of participation of SB, SDB, WOB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated subcontracting effort. g. Location of the firm in the general geographical area of the St. Paul District. h. Volume of DOD contract awards in the last 12 months as described in Note 24. Volume of work for the St. Paul District will also be considered under this factor. The last three factors, minority business, location and volume of DOD work, are of equal value and will not be used unless more than one firm is considered highly qualified. Drawings submitted by the contractor are required to be 3-dimensional drawing in Intergraph IGDS format (MicroStation v4.0), compatible with the St. Paul District CADD system. The contractor is not required to work with MicroStation or other Intergraph software, however, the CADD system used must provide files that the contractor may translate into the Intergraph system. Conversion of design files to IGDS is the sole responsibility of the contractor, and shall be incidental to the submittal process. Drawings produced will conform to all Corps of Engineers and District CADD drawing and mapping standards including, but not limited to, 3-dimensional placement of translatable graphic elements on specified levels, producing lines with specified weights, colors, styles, and at proper elevation. The SF 255 submitted by the Contractor shall clearly delineate the type of CADD equipment, hardware and software, intended for use on this contract, the years of operating experience accumulated on the CADD system, and the translation methods to be used, if needed. The contractor shall provide references to other projects that they have completed using the stated CADD system. SUBMITTAL REQUIREMENTS: Interested A-E firms having the capabilities to perform this work must submit three copies of Standard Forms 254 and 255 for the prime and all consultants/subcontractors, (only the 11-92 revised edition of these Standard Forms will be accepted) to the below address not later than close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. A-E firms shall indicate their business size in item 3 of Form 255. Responding firms must indicate the following on Item 10 of Form 255: 1) the total dollar amount of Department of Defense contracts and total dollar amount of contracting awarded the firm in the 12 months prior to this notice; 2) include the percentage of the estimated subcontracting amount that would go to SB, SDB, WOB, historically black colleges and universities, and minority institutions; and 3) a description of the firms overall design quality management plan, including management approach, coordination of disciplines and subcontractors, and quality control procedures. The Standard Form 255 will clearly denote the office location for each person identified in Section 7 of the form. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Send responses to Department of Army, St. Paul District, Corps of Engineers, ATTN: CENCS-CT, 190 Fifth Street East, St. Paul Minnesota 55101-1638. See Note 24. For Standard Form information or questions, call Ms. Dawn Linder at (612)290-5407. (Ref. No. SPPEMA62750001.) (0290)

Loren Data Corp. http://www.ld.com (SYN# 0017 19961017\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page