|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1997 PSA#1792U. S. Army Corps of Engineers, Nashville District, P.O. Box 1070,
Nashville, TN 37202 C -- TWO INDEFINITE DELIVERY CONTRACTS FOR GEOTECHNICAL ENGINEERING
SERVICES SOL DACW62-97-R-0011 POC Jim Deal, 615-736-5614, Ginny Selwyn,
Contracting Officer, 615-736- 7276. 1. CONTRACT INFORMATION -- Two
contracts will be awarded to perform geotechnical services within the
boundaries or assignment area of the Nashville District. Contract time
period will be for 1 year with an option for 2 additional 1-year
contract extensions for a total possible contract length of 3 years.
The total amount of all task orders for the base year will not exceed
$1 Million. Each optional contract period value will not exceed $1
Million. The total potential contract value is $3 Million for each
contract. Task order limits are $1 Million. Tasks will be directed by
individually issued task orders. Groups with prime-sub relationships or
joint ventures will be considered as well as firms having all
disciplines in-house. Responding groups or firms must have demonstrated
competence and experience in the following disciplines (general
descending order of importance): geotechnical engineering, geology,
materials engineering, hydrogeology, bioengineering, civil, surveying
and seismology. The minimum award under each contract will be $20,000
for the base year. If a large business is selected for this contract,
it must comply with FAR 52.219-9 regarding the requirement for
submission of a subcontracting plan. The subcontracting goals for this
District with Small Business are 55%; including small disadvantaged
business of 8.5% and woman owned small business of 3%. The plan is not
required with the submittal. 2. PROJECT INFORMATION Tasks may include
but are not limited to geotechnical investigations and analyses, full
drilling service capability (including overwater drilling capability),
laboratory services, design and evaluation of instrumentation
equipment. All CADD services must be compatible with Microstation 5.0.
3. SELECTION CRITERIA -- See Note 24 for general selection process
information. The selection criteria are listed below in descending
order of importance. Criteria a-d are primary. Criteria e-f are
secondary and will only be used as "tie-breakers" among technically
equal firms. (a.) Professional qualifications of the key project
management and technical personnel to be assigned to the contract.
Evaluation factors will include the education, training, experience,
and registration of these personnel; (b.) Specialized experience and
technical competence of the prime firm and any subcontractors in the
type of work required. Evaluation factors will include: knowledge of
and experience with geologic conditions in the Tennessee & Cumberland
river basins; the effectiveness of the proposed management structure
and the prior working relationship between a prime firm and any
subcontractors. A single point of contact between the A-E and the
Government project managers must be clearly identified; (c.) Capacity
of the firm to accomplish the work well. Work will often require
simultaneous action on several design tasks at any one time. Capability
to respond to these tasks in a quick and effective manner must be
demonstrated; (d.) Past performance and experience on DOD and other
contracts with respect to cost control, quality of work, and compliance
with schedules; (e.) Geographical proximity of the office responsible
for task order negotiations and production of the work in relationship
to the Nashville District Office and the general geographical area of
the Nashville District; (f.) Volume of DOD contracts within the last
twelve months with the object of effecting an equitable distribution of
contracts among qualified A-E firms including small and small
disadvantaged business firms. The contracts are anticipated to be
awarded in June 1997. Ordinarily, task orders will be placed to ensure
an equitable distribution of work between the contracts. However, a
task order may be placed with the other contract if the primary
contractor does not have the capacity to complete the order in the
required time period or the primary contractor has performed
unsatisfactorily on previous orders under the subject contract. 4.
SUBMISSION REQUIREMENTS -- See Note 24 for general submission
requirements. Firms desiring consideration are invited to submit 1 copy
of an updated and accurate SF 254 (11/92 edition) and SF 255(11/92
edition). A current SF 254 is also required for all subconsultants. If
the prime contractor to perform the work is located in a branch
office, the SF 255 shall reflect key disciplines and experience for the
branch office only. Include the firms's ACASS number in SF 255, Block
3b. The business size status (large, small and/or minority) should be
indicated in SF 255, Block 3b. Definition: A concern is small if the
annual receipts averaged over the past 3 fiscal years do not exceed
$2.5 million. The S.I.C. Code is 8711. For ACASS information, call
503-326-3459. Firms submitting SF 254 and SF 255 by the closing date of
25 Mar 97 will be considered for the work. No other general
notification to firms under consideration for this work will be made
and no further action is required. This is not a Request for Proposal.
Solicitation packages are not provided for A-E contracts. Personal
visits for the purpose of discussing the work are discouraged.
Telephone calls are welcomed. For SF 254 and SF 255 submittal by
express mail, the delivery address is: U.S. Army Corps of Engineers,
Estes Kefauver Building, 110 Ninth Avenue South, Nashville, TN 37203,
ATTN: CEORN-CT, Room A-604 (0057) Loren Data Corp. http://www.ld.com (SYN# 0039 19970228\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|