Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 3,1996 PSA#1733

U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, PO Box 2004, Rock Island, Illinois 61204-2004

C -- INDEFINITE DELIVERY MULTI-DISCIPLINE ARCHITECT/ENGINEER CONTRACT PRIMARILY FOR CIVIL/STRUCTURAL/GEOTECHNICAL SERVICES Contact Rosanne Spencer (309) 794-5239/ Contracting Officer Janet Hall, (309) 794-5312. Contract Information: Indefinite Delivery A/E contract for Multi-Discipline A/E contract primarily Civil/Structure/Geotech Services is to be awarded. Services may include but not limited to preparation of technical reports, including plans and specs when required, for civil, structural, and geotechnical engineering projects with the Rock Island District (Iowa, Illinois, Wisconsin, Missouri and Minnesota). Services are for civil works but may include support for other agencies outside the district. The services may include all or part of the following: (1) Preparation of preliminary and final designs. (2) Preparation of contract dwgs. and specs., (3) Preparation of quantity take-offs and cost estimates, (4) Obtain soil borings and material analysis, (5) Provide engineering advice during construction. (6) Shop drawing review, construction inspection and supervision services, (7) Reports and studies (civil, structural, and geotechnical investigations). The contract will consist of individually negotiated work orders not to exceed $150,000 each, with a cumulative total not to exceed $1,000,000 during a one year period, with an option to extend for two additional years. The Contractor is guaranteed no less than $20,000 the first year and $10,000 for the option years, if extended. Multiple awards may be made. Estimated initial contract award dates are April 97 and March 98. An option period may be exercised early when the amount of the current period is exhausted. 2. Project Information: The types of projects may include all or part of the following: (1) Architectural design of operating facilities, (2) Flood control projects (gatewells, pumping stations, interceptor systems, flood walls, closures, levees, and roads, parks, dams, spillways, outlet works, gates, and valves). (3) Rehabilitation of navigation facilities (walls, utilities, and various lock and dam buildings), (4) Highway design, (5) Miscellaneous projects (buildings, camping areas, sanitary facilities, water systems, sheet pile cells, walls and various environmental management projects, (6) Maintenance and repair design work for completed civil works projects. Drawings may be required in English or Metric System units. Design and drawings shall be accomplished using computer-aided design & drafting (CADD) in accordance with EM 1110-1-1807 and Bentey Microstation 95 or later formatted design files. 3. Selection Criteria: See Note 24 for general selection process. The selection criteria are listed in descending order of importance. Criteria a. thru f. are primary. Criteria g. thru i. are secondary and will only be used as ``tie-breakers'' among technically equal firms. (a) Qualified Registered Professional Personnel in the following key disciplines: Civil Engineers, Structural Engineers, Soils Engineers, Architects Specification Writers, Estimators, Engineering Technicians and Draftsmen/CADD operators. The evaluation will consider education, training, registration, and experience; (b) Specialized Experience and Technical Competence in portions of navigation (locks and dams) projects, flood control dams, local protection, floodwalls and levees, sanitary and water projects, pump stations, recreation, residential and commercial floodproofing, residential and commercial buildings, bridges, roads, bank protection/channel improvement, and computer capability. Subcontracting for specialized experience to broaden base is encouraged; (c) Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (d) Capacity to perform two work orders concurrently; (e) Knowledge of Iowa, Illinois, Wisconsin, Missouri, and Minnesota. This should include geological features, construction and material standards for construction; (f) Firms must state in their response the type of CADD System to be used & explain in detail how the system will be compatable with the district's Bentley Microstation CADD System. Firms that fail to show their CADD Compatibility will not be considered. (g) Geographic proximity to Rock Island, Illinois to provide good work coordination; (h) SB and SDB Participation; extent of participation of small businesses, small disadvantaged businesses, women-owned businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort, and (i) Volume of DOD Contracts awarded in the previous 12 months. If concurrent multiple contract awards are made, work orders will be allocated based upon the Contracting Officer's determination of the special qualifications of the firms; the nature of the work involved in the delivery order; and the immediacy of the work and availability of the firm. Distribution of the work will be a secondary consideration. 4. Submittal Requirements: Qualified firms desiring consideration shall submit 1 copy of the SF 255 (11-92 Edition) including organizational chart of key personnel to be assigned to this project, a current SF 254 (11-92 Edition) and any subcontractor's current SF 254. Submittals are to be sent to this office within 30 calendar days from the date of this announcement. Supplemental information regarding specialized experience should be included on SF 255. Firms ACASS No. is to be shown on SF 255, Block 22b. (Call ACASS Center 503-326-3459 for number.) The dollar value of all work for DOD and Corps of Engineers for the past year must be clearly stated in Block 9 of SF 255. Responding firms are Required to clearly identify tasks to perform in -- house and those to be subcontracted. Firms must submit the names and supporting qualifications data of all subcontractors. Firms which do not comply with requirements will be considered non-responsive. No other general notification to firms under consideration for this project will be made and no further action is required. This procurement is Unrestricted. The SIC Code is 8711. No additional project information will be given to A/E firms. Phone calls are discouraged unless absolutely necessary. (330)

Loren Data Corp. http://www.ld.com (SYN# 0010 19961202\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page