|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1997 PSA#1992USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J
Street, Sacramento, CA 95814-2922 C -- IDIQ CONTRACT 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 012697 POC Ken Parkinson, Unit
Leader, A-E Negotiations Unit, (916)557-7470 E-MAIL:
rware-rosas@usace.mil, kparkinson@usace.mil. 1. CONTRACT INFORMATION.
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 $250,000.00 for the basic year and two
one-year options not-to-exceed $250,000.00 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 52-219.0 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 subcontract plan at
a later date. If the selected firm submits a plan with lesser goals,
they must submit written rationale of why the above goals were not met.
Adetailed 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.
Cirteria "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, and 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 acocmplish
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 Sacrametno
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) U.S. 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 on each 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 proposed 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 p.m.) on
the closing date will be considered for selection. If the closing
dates 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 the required SF 255 and SF 254
which shall be considered by the agency. See numbered Notes 24 and 26.
(0345) Loren Data Corp. http://www.ld.com (SYN# 0013 19971215\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|