|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1997 PSA#1989US ARMY CORPS OF ENGINERS, SACRAMENTO, CONTRACTING DIVISION, 1325 J
STREET, SACRAMENTO CA 95814-2922 C -- IDIQ CONTARCT FOR VALUE ENGINEERING (VE) STUDIES ON DESIGN FOR
MILITARY AND CIVIL WORKS AND FOR HTRW PROJECTS WITHIN THE SACRAMENTO
DISTRICT SOL DACW05-98-R-0014 DUE 010598 POC Contract Specialist Susan
L. Yarbrough (Site Code DACA05) CONTRACT INFORMATION: 1. This contract
will be applied to design for military, civil works and hazardous toxic
waste management projects in California, Nevada, Utah, Arizona and New
Mexico. A-E services include the study of various project features and
design systems; acquisition and administration programs as selected by
the Government. A specific scope of work and services required will be
issued with each task order. Firm-fixed price indefinite delivery,
indefinite quantity contract will be negotiated and is anticipated to
be awarded in May 1998. The contract will be for one-year period not to
exceed $250,000 for the basic year and two one-year options
not-to-exceed $250,000 each. The options may be exercised at the
discretion of the Government. At the discretion of the Government, the
option years may be exercised early if the Total Estimated Price is
exhausted or nearly exhausted; any alteration in rate changes will be
negotiated as needed between the Government and the A-E. Task orders
shall not exceed the annual contract amount. This announcement is open
to all firms regardless of size. All interested Architect-Engineers
are reminded that in accordance with the provisions of the PL 95-507,
they will be expected to place subcontracts to the maximum practicable
extent consistent with the efficient performance of the contract with
small and small disadvantaged businesses. If a large business is
selected, it must comply with FAR 52-219.9 regarding the requirement
for a subcontract. The recommended goal for the work intended to be
subcontracted is 55% for small business. It further states that out of
that 55% to small business, 8.5% is for small disadvantaged business
(subset to small business) and 3.0% is for small business/ woman owned
(subset to small business). The firms selected for this contract will
be required to submit a detailed subcontracting plan at a later date.
If the selected firm submits a plan with lesser goals, they must
submit written rational of why the above goals were not met. A detailed
plan is not required to be submitted with the SF 255; however, the
plans to do so should be specified in block 10 of the SF 255. 2.
PROJECT INFORMATION: Task orders to be issued under this contract may
include VE analysis of concept, FAST diagrams, preliminary, or final
design submittal prepared by others. In addition to VE studies, the A-E
may be requested to conduct 40-hour value engineering workshops. 3.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance.
Criteria "a" through "d" are primary. Criteria "e" through "g" are
secondary and will only be used as "tie-breakers" among technically
equal firms. a. Specialized experience and technical competence in: (1)
studies led by a Value Specialist who may be a member of the firm or
consultant. (2) 40-hour VE workshops (Mod 1) shall be led by a Value
Specialist. b. past performance on Corps of Engineers and other
contracts with respect to cost control, quality of work and compliance
with performance schedules. c. Qualified professional personnel in the
following key disciplines: civil, structural, architectural, mechanical
and electrical engineers, architects all trained in 40-hour VE
workshops (mod 1) approved by the society of American Value Engineers
(SAVE) and must have performed at least one formal VE study for a
client; special advertise disciplines: industrial hygienists, chemical,
environmental geotechnical engineers, environmental protection
specialist, hydrogeologist, geologist and procurement and supply
specialist. Neither the VE workshop training nor the experience of
having performed a formal VE study is a requirement for these special
advertise disciplines. The evolution of professional qualifications
will consider education, training, professional registration,
organizational certifications, overall and relevant experience and
longevity with the firm. d. Capacity to accomplish multiple
simultaneous task orders at different locations. e. Volume of DoD
contract awards in the last 12 months as described below. f. Location
of the firm in the general geographical area of the Sacramento District
office. g. Extent of participation of small business, small
disadvantaged business, woman owned small business, historically black
colleges and universities or minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort.
4. SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested Architect-Engineer firms having the capability
to perform this work are invited to submit ONE (1) completed SF 255
(11/92 edition) US Government Architect-Engineers and Relate Services
Questionnaire for Specific Project for themselves and ONE (1) completed
SF 254 (11/92 edition) for themselves and one for each of their
subcontractors to the office shown above, ATTN: A-E Negotiations Unit.
In block 7 of the SF 255 provide resumes for all key team members,
whether with the prime firm or a subcontractor; list the team members
role oneach listed project (i.e. project manager, design engineers,
etc). In block 9 of the SF 255, responding firms must indicate the
number and the amount of fees awarded on DoD (Army, Navy, and Air
Force) contracts during the supplemental agreements for the submitting
office only. In block 10 of the SF 255, provide the quality management
plan and organization chart for the propose team. A task specific
quality control plan must be prepared and approved by the government as
a condition of contract award, but is not required with this
submission. Responses received by the close of business (4:30 pm) on
the closing date will be considered for selection. If the closing date
is a Saturday, Sunday or Federal Holiday, the deadline is the close of
business on the next business day. No other notification will be made
and no further action is required. Solicitation packages are not
provided for A-E contracts. This is not a request for proposals. All
responsible sources may submit the requires SF 255 and SF 254 which
shallbe considered by the agency. See numbered Notes 24 and 26. (0342) Loren Data Corp. http://www.ld.com (SYN# 0028 19971210\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|