Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124

USAED, SACRAMENTO, ENGINEERING DIVISION,, A-E NEGOTIATIONS UNIT,, 1325 J STREET ROOM 1079, SACRAMENTO CALIFORNIA 95814-2922

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY DESIGN CONTRACT FOR THE 96TH REGIONAL SUPPORT COMMAND (RSC), PRIMARILY IN UTAH, COLORADO, AND MONTANA SOL DACA05-98-R-0042 DUE 072998 POC Mr. Ken Parkinson, Unit Leader, A-E Negotiations Unit, 916/557-7470. Contracting Officer Frederick Strickland. (Site Code DACA05) 1. CONTRACT INFORMATION. A-E services are required to perform a variety of small projects, primarily renovation; however, they may include design of new projects with limited scope for the 96th RSC. Projects for the 96th RSC will primarily be located in the states of Utah, Colorado, Montana, but may also include the states of Wyoming, South Dakota, and North Dakota. A-E services may also include a variety of small projects of similar nature for installations within the Sacramento District's military design boundaries (States of California, Utah, Nevada, or Arizona). A specific scope of work and services required will be issued with each task order. The contract will be issued and administered primarily by the Sacramento District; however, task orders for the 96th RSC may be administered by appointed representatives of the 96th RSC. The end result of these studies/projects will be designs. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the two dimensional drawings in Intergraph MicroStation NT software, Version 5.05 or higher, Windows NT Version 3.51 or higher, electronic digital format, or in Autodesk AutoCAD CADD software, release 12, MS-DOS, version 6.2 using windows 3.1 electronic digital format. More than one firm may be selected. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1)All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2)In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the Selection Criteria and Procedures (Oct 1995). Firm-fixed price indefinite delivery indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in September 1998. Each contract will be for a one-year period not-to-exceed $150,000 for the basic year and two one-year options not-to-exceed $150,00 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 ixhausted or nearly exhausted; any alteration in rate changes from one year to the next as negotiated into the contract 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. Any interested and qualified 8(A) firms are encouraged to submit SF255/SF254 packages (See Paragraph 4, Submission Requirements). Submittals received from highly qualified 8(A) firms will receive consideration for set-aside of one contract. All interested Architect-Engineers are reminded that in accordance with the provisions of 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 subcontracting plan on that part of the work it plans to subcontract. The recommended goal for the work intended to be subcontracted is 62% for small business. It further states that out of that 62% to small business, 10% is for small disadvantaged business (subset to small business) and 5% is for small business/woman owned (subset to small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they must submit written rationale 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 range in scope from field investigations to small studies to new project designs of limited scope. The services required will be primarily architectural renovation, some for buildings with historical significance, for a variety of small projects and may also include design of new projects with limited scope. Input may be required by architectural with a full complement of disciplines, civil/structural and mechanical/electrical engineering disciplines. Individual task orders may include maintenance and repair type projects and miscellaneous architectural and engineering services associated with military intallations. Demolition of existing facilities may be required, which will necessitate asbestos and/or lead based paint investigations with provisions for removal included in the design documents. Engineering services during construction may also be required. 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)The design of a variety of alteration and repair projects and small new facilities. (2)The design of a variety of alteration and repair projects with a historical significance. [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: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Landscape, Environmental Engineering, and certified Industrial Hygienist. The evaluation will consider education, training, registration, overall 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 firms in one of the following locations: Salt Lake City, Utah and vicinity; Helena, Montana and vicinity; and Denver, Colorado and vicinity. [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 capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related 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 specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc.). In Block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and 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 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 required SF 255 and SF 254 which shall be considered by the agency. See numbered Notes 24 and 26. To see other Sacramento District projects see our website at: http://www.usace.mil/cespk-ct. Note that all contractors and potential contractors must be registered with the Central Contract Registration (CCR) database effective May 31, 1998. For instructions on registering with the CCR please see our webpage. (0174)

Loren Data Corp. http://www.ld.com (SYN# 0025 19980625\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page