|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,1997 PSA#1822U.S. Army Engineer District, Norfolk, Attn: CENAO-EN, 803 Front Street,
Norfolk, Virginia 23510-1096 C -- A-E SERVICES FOR INDEFINITE DELIVERY CONTRACTS FOR GEOTECHNICAL
DESIGN SERVICES FOR PROJECTS UNDER THE JURISDICTION OF NORFOLK
DISTRICT, CORPS OF ENGINEERS. POC Cheryl Fromme, (757)441-7142 CONTRACT
INFORMATION: ARCHITECT-ENGINEER (A-E) services are expected to be
required for a variety of projects, primarily Geotechnical in nature.
The types of contracts proposed are Indefinite Delivery Contracts
(IDCs). These services are procured in accordance with PL 92-582
(Brooks A/E Act) and FAR Part 36. Approximately three contracts may be
awarded, each with a base period not to exceed one year and two option
periods not to exceed one year each. The amount of work in each
contract period will not exceed $350,000. An option period may be
exercised when the contract amount for the base period or preceding
option period has been exhausted or nearly exhausted. The cumulative
value of all task orders, including the base period and two option
periods, will not exceed $1,050,000. Work will be issued by negotiated
firm-fixed price task orders. The Contracting Officer will consider
the following factors in deciding which contractor will be selected to
negotiate an order: performance and quality of deliverables under the
current contract, uniquely specialized experience, current capacity to
accomplish the order in the required time, and equitable distribution
of work among contractors. The contracts are anticipated to be awarded
between JUNE 1997 and MAY 1998. This announcement is open to all
businesses regardless of size. 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 subcontracting goals for the Norfolk District, which
will be considered by the contracting officer, are that a minimum of
50% of a contractor's intended subcontract amount be placed with a
small business (SB), including small disadvantaged businesses (SDB),
and 5% be placed with SDB. This procurement is classified under SIC
Code 8711. The plan is not required with this submission. The wages and
benefits of service employees (see FAR 22, 10) performing under these
contracts must be at least equal to those determined by the Department
of Labor under the Service Contract Act. 2. PROJECT INFORMATION: A-E
services may include, but are not limited to, preparation of reports,
plans, specifications and studies for earthwork structures and building
foundations, and groundwater controls. Design effort will include
sampling and testing for geotechnical purposes of clean and
contaminated material; and analyses for foundation and other site
investigations, investigations of shallow channels, and topographic
surveys. Construction related services include review of shop drawings
and site visits during construction. 3. SELECTION CRITERIA: See Note
24 for general A-E selection process. The selection criteria are listed
below in descending order of importance (first by major criterion and
then by each sub-criterion). Criteria A-E is primary. Criteria f & g
are secondary and will only be used as "tie-breakers" among technically
equal firms. a. PROFESSIONAL QUALIFICATIONS: (1) The design team must
possess experienced, registered engineers, in-house specializing in
Geotechnical Engineering. The in-house geotechnical staff can be
assisted by consultants for highly specialized engineering. The firm
must have, either in-house or by consultant, experienced, registered
personnel in Land Surveying, Civil and Structural Engineering. All
applicable Engineer personnel shall possess a current professional
registration. (2) The selected firm must also possess an in-house soil
and materials testing lab and either in-house or consultant soil
exploration capability for foundation investigations. (3) A Project
Team Management Plan including team organization and proposed method of
carrying out the work to meet specific individual delivery order
requirements and schedules. b. SPECIALIZED EXPERIENCE AND TECHNICAL
COMPETENCE: (1) Demonstrated experience by the project team in
foundation investigations and designs, including but not limited to
embankments on soft foundations, vertical strip drains and electric
cone penetration testing, (2) Familiarity by the project team with
foundation design for the range of subsurface conditions encountered in
Virginia. c. CAPACITY to accomplish the work in the required time:
Firms must demonstrate ability of the design team to complete the
project as scheduled. d. PAST PERFORMANCE on DOD and other contracts:
(1) ACASS evaluations (superior performance evaluations on recently
completed projects is advantageous); (2) Letters of
evaluation/recognition by other clients; (3) On-time delivery of
designs for DOD and similar projects. e. KNOWLEDGE OF THE LOCALITY: as
described in Note 24. f. GEOGRAPHIC PROXIMITY: Location of the firm in
the general geographic area of the Norfolk District, COE. g. SB and SDB
PARTICIPATION: Extent of participation of small businesses,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. h. EQUITABLE DISTRIBUTION OF A-E CONTRACTS; Volume of
DOD Contract Awards in the last 12 months. Equitable distribution of
contracts among qualified A-E firms, including minority-owned firms,
small business (SB) and small disadvantaged business (SDB)
participation and firms that have not had prior DOD contracts.
Considerations may include: (1) ACASS retrievals: (2) Current workload
as listed in Block 9 of the SF 255; and (3) Equitable distribution of
work among A-E firms (including minority-owned firms, small business
(SB) and small disadvantaged business (SDB) participation and firms
that have not had prior DOD contracts) will only be considered when
used as a "tie-breaker". 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. All requirements of this announcement
must be met for a firm to be considered for selection. Interested
firms having the capabilities to perform this work must submit a single
SF 255 (11/92 edition) for the design team and single copies of current
SF 254 (11/92) for the prime firm and each consultant, to the above
address not later than the close of business on the 30th day after the
date of this announcement. For the purpose of this notice day number
one is the day following the date of publication. If the 30th day is a
Saturday, Sunday, or Federal Holiday, the deadline is the close of
business of the next business day. The revised 11/92 edition of the SF
255 (NSN 7450-01-152-8074) & SF254 (NSN 7540-01-1528073) is required.
Forms may be obtained through GPO at (202)512-0132. The SF 255 must
also include the following: a. Firms with more than one office -- (1)
Block 4: distinguish, by discipline, between the number of personnel in
the office to perform the work and the total number of personnel in the
firm; (2) Block 7c: each key person's office location; b. Block 3:
prime firm's ACASS # and distance (in terms of POV driving miles) from
address of office to perform the work and the Norfolk District. For
ACASS information, call 503-326-3459; c. Block 7f: registrations must
include the year, discipline and state in which registered; d. Block
8b: Include a descriptive project synopsis of major items of work; e.
Block 9. Indicate fee in terms of thousands of dollars, not percentage
of work completed. f. Block 10. An organizational chart including all
key elements of the design team demonstrating the firm's understanding
of and ability to execute projects under the contract. Submittals by
facsimile transmission will not be accepted and will be considered
nonresponsive. Prior to the final selection, firms considered highly
qualified to accomplish the work may be interviewed either by telephone
or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL.
SOLICITATION PACKAGES WILL NOT BE PROVIDED. (0099) Loren Data Corp. http://www.ld.com (SYN# 0027 19970411\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|