|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1997 PSA#1857USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST
LOUIS MO 63103-2833 C -- INDEFINITE DELIVERY A-E CONTRACT FOR AUTOMATED DATA ACQUISITION
SYSTEMS (ADAS) FOR STRUCTURAL AND GEOTECHNICAL INSTRUMENTATION SOL
EDGE00-7119-0003 A POC Chief, Contracts Management Section, John A.
Gaal, 314-331-8301, Contracting Officer, T. M. Laws, 314-331-8500 (Site
Code DACW43) Solicitation DACW43-97-R-0722 1. CONTRACT INFORMATION.
Services of qualified A-E firms are sought to provide professional
engineering services for all aspects of monitoring performance and
stability of complex structures. Emphasis is placed on Automated Data
Acquisition Systems for structural and geotechnical instrumentation.
Items of work may be performed anywhere within the continental Unied
States and coordination will be through the St. Louis District Office.
The contract will have 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 $500,000. An option period may be
exercised when the contract amount for the base period or preceding
option period has been exhausted or nearly exhausted. Work will be
issued by negotiated task orders not to exceed the contract amount. The
contract is anticipated to be awarded in August 1997. This announcement
is open to all businesses regardless of size. If a large businessis
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 this contract is
that a minimum of 40% of the contractor's intended subcontract amount
be placed with small businesses (SB), including small disadvantaged
businesses (SDB), 10% be placed with SDB, and 5% with woman-owned small
businesses. The plan is not required with this submittal. 2. PROJECT
INFORMATION. The St. Louis District Office is authorized to perform
work for any Corps of Engineer facility that needs assistance with
monitoring structures. The currently identified needs include the
maintenance, repair, replacement, and enhancement of existing
monitoring systems and the design and installation of new systems.
Contract attention to monitoring systems includes data acquisition,
data transmission, data reduction and analysis, and reliable
instrumentation hardware and software. Task orders under this contract
could address any one or a combination of the above. 3. EVALUATION
FACTORS. See Note 24 for the general selection process. The evaluation
factors shall include, in descending order of importance (first by
major criterion and then by each subcriterion). Criteria a-d are
primary. Criteria e-g are secondary and will be used as "tie breakers"
among technically equal firms: a. Professional Qualifications; (1)
Work must be performed under the supervision of a registered
Professional Engineer. (2) Engineer disciplines include:
instrumentation, structural, geotechnical, civil, electronic or
electrical. (3) Other required disciplines include geologists, computer
programmers, civil and electronic technicians, computer hardware
technicians, drafting persons, word processing operators; b.
Specialized Experience and Technical Competence; (1) Design, install,
integrate, and operate new systems with current technology. (2) Working
knowledge of behavior of earthen and rigid structures and their
physical environments. (3) Troubleshoot, test, calibrate, repair
existing automated systems manufactured by Geomation, Synergetics,
Campbell Scientific, and others. (4) Operate, integrate, modify
(program) Corps of Engineer software WINIDP which is based on all
Windows operating systems and utilizes Excel and Sybase SQL Anywhere.
(5) General knowledge of commercially available spreadsheet,
communications, and graphics software. (6) Investigate alternatives and
create unique solutions for special monitoring applications. (7)
Prepare Corps of Engineer plans and specifications or reviw
specifications written by others. Write and edit operation and
maintenance manuals. (8) Design and conduct user training sessions on
system operation and maintenance procedures; c. Capacity of the firm to
furnish equipment and personnel to accomplish varying workload as
required to maintain delivery of a quality product on schedule; d. Past
performance on similar Department of Defense contracts and other
contracts with respect to cost control, quality of work,and compliance
with performance schedules; e. Geographic location(s) of required
expertise to respond to the needs of the above services; f. Extent of
participation of SB, SDB, Historically Black Colleges and Universities,
Minority Institutions in the proposed contract team measured as a
percentage of the estimated effort; g. Volume of DOD contracts awarded
in the last 12 months as described in Note 24. 4. SUBMISSION
REQUIREMENTS. Firms having capabilities to perform this work and desire
to be considered must submit a completed SF 255 (11/92 Edition) and
appropriate data as described in Note 24. Only SF 255's received in
this office within 30 calendar days from the date of notice will be
considered. If the 30th day is a Saturday, Sunday, or Federal Holiday,
the deadline is the close of business of the next business day.
Include the firm's ACASS number in the SF 255, Block 3b. For ACASS
information, call 503-326-3459. If an SF 254 is not on file with the
U.S. Army Corps of Engineers, a current SF 254 should also be included.
Multiple copies of the SF 254/SF 255's are not required. No
notification to firms under consideration for this work will be made.
Solicitation packages are not provided. This is not a Request For
(0149) Loren Data Corp. http://www.ld.com (SYN# 0034 19970602\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|