|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1997 PSA#1996U.S. ARMY CORPS OF ENGINEERS, ST. PAUL DISTRICT, 190 FIFTH STREET EAST,
ST. PAUL MN 55101-1638 C -- INDEFINITE DELIVERY CONTRACT FOR CIVIL, GEOTECHNICAL, AND
HYDRAULIC ENGINEERING SERVICES FOR THE ST. PAUL DISTRICT CORPS OF
ENGINEERS SOL 125&&&-9712-0004 POC Patrick Peine 612/290-5416.
Contracting Officer Joanne Dufeck. (Site Code DACW37) 1. CONTRACT
INFORMATION: Services of a qualified Architect Engineer (A-E) are
required for an Indefinite Delivery Contract for the primary
disciplines of Civil, Geotechnical, and Hydraulic engineering (each of
equal priority); additional disciplines are Structural, Mechanical and
Electrical Engineering, Architecture, Landscape Architecture, Cost
Engineering and Specification Writing. The contract is anticipated to
be awarded by May 1998. 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 and on individual task orders
will not exceed approximately $300,000. An option period may be
exercised when the contract amount for the base period or preceding
option period has been exhausted. Work will be issued by negotiated
firm-fixed-price task orders. The District currently has and may award
in the future Indefinite Delivery Contracts to perform work that may
also be encompassed by this announcement. The Contracting Officer will
consider the following factors in deciding which contractor will be
selected to negotiate an order: Performance, capacity to accomplish the
order in the required time, specialized experience, and the equitable
distribution of work. 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 that it intends to
subcontract. The subcontracting goals for this contract are that a
minimum of 61.2% of the contractor's intended subcontract amount be
placed with small businesses (SB); 9.1% be placed with small
disadvantaged businesses (SDB); and 4.5% placed with woman-owned small
businesses (WOSB). The plan is not required with this submittal. The
wages and benefits of service employees (see FAR 22.10) performing
under this contract must be at least equal to those determined by the
Department of Labor under the Service Contract Act. 2.PROJECT
INFORMATION: The services are required for various civil works flood
control projects and support for other agencies in the Red River of the
North basin within the states of Minnesota and North Dakota. However,
individual task orders may be for work within the St. Paul District
boundaries (all or portions of MN, ND, SD, WI, and IA). Services to be
provided may include (1) preparation of feasibility studies; (2)
preparation of preliminary and final designs; (3) preparation of
drawings using computer-aided design and drafting (CADD) and delivering
the three-dimensional drawings in Intergraph MicroStation NT CADD
software, release 5.x or higher Windows version 3.1 or Windows NT
version 4.0 electronic format. The Government will only accept the
final product for full operation, without conversion or reformatting,
in the target CADD software format, and on the target platform
specified herein. The target platform is a personal computer, with a
Windows or Windows NT operating system; (4) preparation of quantity
take offs and cost estimates; (5) preparation of Emergency Action Plans
for flood prone communities; and (6) inspection, evaluation and reports
on completed projects. Typical projects are local flood protection
projects and flood emergency recovery projects. Design work may include
geotechnical design, hydraulic design, interior flood control,
foundation design, steel and concrete design, utilities, structural,
and architectural design for buildings, pumping systems and electrical
controls. Use of MCACES for cost estimates and of the metric-system of
measurement may be required for some deliverables under the proposed
contract, however, neither MCACES nor metric system experience is a
selection criteria. 3. SELECTION CRITERIA: See Numbered 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 are primary. Criteria f-h are
secondary and will only be used as "tie-breakers"among technically
equal firms. a) Specialized experience and technical competence: (1)
Those areas mentioned in PROJECT INFORMATION; (2) Quality management.
The evaluation will consider the management structure, experience of
the prime firm and significant sub-contractors in working together, and
quality control plans. b) Professional capabilities including qualified
registered professional personnel in the following disciplines: Civil,
geotechnical, hydraulic, structural, mechanical, electrical, cost and
specification engineers, architects and landscape architects. c) Past
performance on DOD and other contracts with respect to quality of
work, cost control, and compliance with performance schedules. d)
Capacity to accomplish the work in the required time. e) Knowledge of
the Red River of the North basin including the unique soils and
hydraulics and knowledge of cold climate engineering, design and
construction. f) Extent of participation of SB, SDB, WOSB, Historically
Black Colleges and Universities, and Minority Institutions in the
proposed contract team, measured as a percentage of the estimated
subcontracting effort. g) Location of the firm in proximity to the Red
River of the North basin, including the office location of each person
named to work on this contract. h) Volume of DOD contract awards in the
last 12 months as described in Numbered Note 24. Volume of work for the
St. Paul District will also be considered under this factor. 4.
SUBMISSION REQUIREMENTS: See Numbered Note 24 for general submission
requirements. Interested firms having the capabilities to perform this
work must submit three copies of SF255 (11/92 edition) and three
copies of SF 254 (11/92 edition) for the prime firm and all consultants
to the above address not later than the close of business on the 30th
day after the date of this announcement. 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 and business
size in SF 255, Block 3b.For ACASS information call 503-326-3459. In SF
255, Block 10, include: 1) The total dollar amount of the Department of
Defense contracts and total dollar amount of the contracting awarded
the firm in the 12 months prior to this notice; 2) A description of the
firms overall design quality management plan, including management
approach, coordination of disciplines and subcontractors, and quality
control procedures and 3) An organization chart showing all named team
members and their responsibilities for this contract. The Standard
Form 255 will clearly denote the office location for each person
identified in Section 7 of the Form. Solicitation packages are not
provided for A-E contracts. This is not a request for proposal (RFP).
(0351) Loren Data Corp. http://www.ld.com (SYN# 0022 19971219\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|