Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1997 PSA#1775

U.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