|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1998 PSA#2059U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock
Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004 C -- INDEFINITE DELIVERY ARCHITECT/ENGINEER CONTRACT PRIMARILY FOR
MECHANICAL/ELECTRICAL ENGINEERING SERVICES FOR DESIGN OF NEW
CONSTRUCTION, ALTERATION AND REPAIR PROJECTS POC Barbara J. Voss
(309)794-5485 or Bonnie R. Donelson (309)u794-5241 I. CONTRACT
INFORMATION: Services of qualified A-E firms are sought to provide A-E
Service primarily for Mechanical / Electrical Engineering Services for
the Rock Island District, U.S. Army Corps of Engineers and other State
and Federal Agencies. At least two Indefinite Delivery contracts will
be negotiated and awarded. Contracts will consist of individually
negotiated work orders not to exceed $250,000 each, with a cumulative
total not to exceed $1,000,000 during a one year period, with an option
to extend for two additional years. Contractor is guaranteed no less
than $20,000 the first year and $10,000 for each option year, if
extended. If concurrent multiple contract awards are made, work orders
will be allocated based upon the Contracting Officer's determination
of the special qualifications of the firm, the nature of the work, the
immediacy of the work and availability of the firm. Distribution of
the work will be a secondary consideration. None of the projects have
been authorized for design and funds are not presently available for
any contracts (see FAR 52.232-18). The first contract award is
anticipated in August 1998 with the remaining contract to be awarded
approximately one (1) year later. The 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 each contract are that a
minimum of 61.2% of the contractor's intended subcontract amount be
placed with small businesses (SB), including small disadvantaged
businesses (SDB), 9.1% be placed with SDB and 4.5% with woman-owned
small businesses. The plan is not required with this submittal. Service
Contract Act (FAR 22.10) Rates will be applicable. II. PROJECT
INFORMATION: Types of M/E projects may include: studies, reports,
design and analysis, plans, specifications and cost estimates on the
following: (a) Rehabilitation and/or replacement of existing mechanical
and electrical equipment at Locks and Dams, facilities and buildings on
the Illinois and Mississippi Rivers, (b) Energy efficient heating and
cooling systems for existing and new buildings, (c) Existing and new
pumping stations, (d) Operating machinery and electrical controls,
including remote control equipment for water control gates on dams.
Drawings may be required in English or Metric System units. Work and
services may include special projects for other Federal, State and
Local Agencies. Designs and drawings shall be accomplished using
computer-aided design & drafting (CADD) in accordance with EM
1110-1-1807 and Intergraph Microstation 5.X or later formatted design
files. Services will primarily be for areas within the geographical
boundary of the Rock Island District (IA, IL, WI, MN, MO), but they may
also be required throughout the United States. III. SELECTION CRITERIA:
See Note 24 for general selection process. The selection criteria are
listed in descending order of importance (first by major criterion and
then by sub-criterion). Criteria A through E are primary. Criteria F
through H are secondary and will only be used as a "tie-breaker," if
necessary in ranking most highly qualified firms. SELECTION CRITERIA
are: A. Recent (less than 5 years) specialized experience and technical
competence including (1) Professional registration, in-house
capability, and office locations in the geographic area of the projects
(IA, IL, WI, MO) in order to provide good work coordination. (2)
Rehabilitation and/or replacement of existing mechanical and electrical
equipment at Locks and Dams, facilities and buildings on the Illinois
and Mississippi Rivers; Energy efficient heating and cooling systems
for existing and new buildings; Existing and new pumping stations;
Operating machinery and controls, including remote control equipment
for water control gates on dams. (3) GIS and Computer Aided Drafting
and Design (CADD) and ability to produce CADD deliverables fully
compatible with one of thefollowing: Intergraph NT System 5
Microstation 32 (version 5.0 or later)or Intergraph MS-DOS Microstation
PC(version 5.0 or later. (4) Latest technology for improved efficiency
e.g., Global Positioning System, Thermal Imaging Camera's, Vibration
Monitoring, instrumentation and Digital Camera's. (5) Above and below
ground utilities locations. (6) Management's Quality Control Plan for
the Project Team. B. Professionally qualified team members in the
following disciplines: engineers and architects (licensed), mechanical
engineers, electrical engineers and CADD specialists. C. Capacity to
accomplish the work in the required time, including adequate equipment.
D. Past performance on previous contracts with respect to cost control,
quality of work, and compliance with performance schedules. E.
Knowledge of the local conditions local laws and regulations. F.
Location with respect to the general geographic area of the District to
provide good work coordination. G. Extent of participation of SB, SDB,
historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the estimated effort. H. Volume of DOD contract awards in the last 12
months with the object of effecting an equitable distribution of DOD
A-E contracts among qualified A-E firms as described in Note 24. IV.
SUBMISSION REQUIREMENTS: Qualified firms desiring consideration shall
submit 1 copy of the SF 255 (11-92 Edition) including organizational
chart of key personnel to be assigned to this project, a current SF 254
(11-92 Edition) and any subcontractor's current SF 254 to this office
within 30 calendar days from this announcement. Firms ACASS No. is to
be shown on SF 255, Block 2b. (Call ACASS Center 503-808-4591 for
number.) The dollar value of all work for DOD and Corps of Engineers
for the past year must be clearly stated in Block 9 of SF 255.
Responding firms are required to clearly identify tasks to be performed
in-house and those to be subcontracted. A General Quality Control Plan
is to be submitted at this time and specific plans as required by Work
Orders. Firms must submit the names and supporting qualifications data
of all subcontractors. Firms which do not comply with requirements
will be considered non-responsive. No other general notification to
firms under consideration for this project will be made and no further
action is required. This procurement is unrestricted. The SIC Code is
8711. No additional project information will be given to A-E Firms.
Phone calls are discouraged unless absolutely necessary. Personal
visits for this solicitation will not be scheduled. (0082) Loren Data Corp. http://www.ld.com (SYN# 0024 19980325\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|