|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1997 PSA#1775U.S. Army Corps Of Engineers, Pittsburgh District William S. Moorhead
Federal Building, 1000 Liberty Avenue, Room 727, Pittsburgh, PA
15222-4186 R -- MISCELLANEOUS COST ENGINEERING, VALUE ENGINEERING AND SCHEDULING
A&E SERVICES SOL DACW59-97-R-0008 POC POC Janet E. Laukaitis, Contract
Specialist (412) 644-4157. Michele R. Hutfles, Contracting Officer
(412) 644-6928. POC Janet E. Laukaitis, Contract Specialist (412)
644-4157, or Paula G. Boren, P.E. (412) 644-4147. CONTRACT INFORMATION:
The U.S. Army Engineer District, Pittsburgh, PA will require an
Indefinite Delivery Contract for Architect-Engineer services for
various features of its ongoing waterway development and maintenance
programs. The work to be issued under this contract will primarily
involve preparation of computer generated engineering cost estimates
and construction schedules for major civil works projects specifically
related to new and or existing navigation and or flood control
projects. The contract will be for a base period of one year with two
one year option periods. An option period may be exercised when the
amount of the current period cost ceiling has been exhausted. The cost
ceiling per period is $500,000.00, per contract period,the cost
ceiling on individual task order(s) will not exceed $100,000.00 per
order. Pursuant to the Small Business Competitiveness Demonstration
Program established by PL 100-656, "Business Opportunity Development
Reform Act of 1988". this procurement will be unrestricted and any
resulting award will be made pursuant to the above program. FAR
52.219-9 regarding the requirement for a subcontracting plan must be
complied with relative to this requirement. The subcontracting goals
for this contract are that a minimum of 20% of the contractor's
intended subcontract amount be place with small businesses (SB)
including small disadvantaged businesses (SDB), and 5% be placed with
SDB. The Subcontracting Plan is not required with this submission.
Service Contract rates must be paid where applicable. 2. PROJECT
INFORMATION: The services to be provided under this contract will be
multi-disciplinary and will include Cost Engineering of all types,
Value Engineering and Scheduling. the services required will pertain to
partial or complete designs of miscellaneous civil works projects
including navigation and flood control structures. The work issued may
include the complete or partial preparation of computerized cost
estimates including quantity estimates and/or MCACES cost estimates,
project schedules and value engineering studies as required. 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) in order of
importance shall be considered the Primary Selection Criteria for
evaluation: (a) Specialized experience and technical competence of the
firm and its staff as directly related to major civil works projects
including experience related to computerized cost estimating using
MCACES and scheduling using SURETRAK of new navigation locks and dams,
and related to the rehabilitation of existing navigation locks and
dams; experience related to structural, mechanical and electrical
estimates for rehabilitation of earthen and concrete flood control
dams; experience related to the estimating and scheduling of interior
features of multi-purpose reservoir projects(i.e. roads, buildings,
recreational features); experience related to the estimating of flood
control and erosion control projects; experience related to
environmental estimates, 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. (b) Professional qualifications including
education, experience and professional registration of individuals
within the firm which are necessary for satisfactory performance of
required services. (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 performanceschedules (ACASS
reports will be used for past performance on Government projects). The
following selection criteria, listed as (e) through (g) in order of
importance, 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 anature 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 worked awarded to the primary firm by
DOD (Department of Defense)during the previous 12 months. SUBMISSION
REQUIREMENTS: See Note 24 for general submission requirements.
Architect-Engineer firms meeting the requirements set forth in this
announcement are requested to submit a completed Standard Form 255,
Architect-Engineer and Related Services Questionnaire for specific
projects and any supplemental data which documents the firm's
qualifications. Each SF 255 must induce 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 Architect-Engineer and Related Services Questionnaire on file
in this office must also furnish a complete 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. For subcontracting and partnering opportunities, please
contact the following: U.S. Small Business Administration, Attn.: John
Brown, 960 Penn Avenue, Administration, Pittsburgh, PA. Small Business
Administration, Attn.: John Renner, 111 Superior Avenue, Suite 630,
Cleveland, Ohio. Doug Aspy, P.O. Box 1608, Clarksburg, West Virginia,
This is not a request for proposal. (0031) Loren Data Corp. http://www.ld.com (SYN# 0059 19970204\R-0003.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|