Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1998 PSA#2136

US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN

C -- A/E ELECTRICAL-MECHANICAL ENGINEERING SERVICES SOL DACW62-98-R-0018 DUE 081098 POC Technical POC: Kimberly Spicer, (615) 736-5644; Contract Specialist: Karyn Meeks (615) 736-7276; Contracting Officer: James Baber (615) 736-7276. Two contracts will be awarded to perform electrical-mechanical engineering services in the boundaries or assignment area of the Nashville District. Primary use of this contract will be for small O&M type design tasks where the project primarily requires electrical and mechanical engineering expertise. 1. PROJECT INFORMATION: Tasks may include but are not limited to studies, reports, estimates, development of design criteria, plans and specifications for repair of existing facilities and design of new systems for the Nashville District's Civil and Military Works Programs (navigation locks, powerplants, and dams infrastructure). Task orders are typically small, operation and maintenance (O&M) type projects with emphasis on quick response and active participation in scope of services development. All CADD services must be compatible with Microstation Version 5.0 or later. 2. CONTRACT INFORMATION: Contract time period will be for one year with an option one year extension clause. Work will be issued by negotiated firm-fixed-price task orders. Groups with prime relationships or joint ventures will be considered as well as firms having all discipline in-house. Responding groups or firms must have demonstrated competence experience in the electrical and mechanical engineering field. The total cumulative amount of all task orders, including the option year, will not exceed $500,000 with no one task order exceeding $150,000. The minimum award under each contract will be $10,000. The contracts are anticipated to be awarded in November 1998. Ordinarily, orders will be placed to ensure an equitable distribution of work between the contracts. However, a task order may be placed with the other contract if the prior contractor does not have the capacity to complete the order in the required time period or the primary contractor has performed unsatisfactorily on previous orders under subject contract. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The A-E selection criteria are listed below in descending order of importance. Criteria a-d are primary. Criteria e-g are secondary and will only be used as "tie-breakers" anoung technically equal firms. a. Specialized experience and technical competence of the prime firm and any subcontractors in the type of work required. Primary disciplines required are Electrical Engineers, Mechanical Engineers, and technicians. However, each submittal shall also show capability in the area of architectural support, MCACES Cost Estimating, and Value Engineering Studies since these disciplines may be utilized in the execution of certain task orders. Evaluation factors will also include effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors. A single point of contact between the A-E and the government project managers must be clearly identified. b. Professional qualifications of the key project management and technical personnel to be assigned to the contract. Evaluation factors will include the education, training, experience, and registration of these personnel. c. Past performance and experience on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. d. Capacity of the firm to accomplish the work. Ability to accomplish certain number of delivery orders on several design tasks at any one time. Capability to respond to these tasks in a quick and effective manner must be demonstrated. e. Extent of participation of Small Businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Geographical proximity of the office responsible for task order negotiations and production of the work in relationship to the Nashville District Office and the general geographical area of the Nashville District. Since the nature of the work typically involves small, routine O&M and installation supporttype projects with compress and unpredictable time schedules, the submittals shall clearly demonstrate how the firm proposes to respond to scoping, negotiating, and administering such tasks in an efficient timely, and effective manner. g. Volume of Department of Defense contract awarded in the last twelve months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of an updated SF 254 (11/92 edition) and two copies of SF 255 (11/92 edition). A current SF 254 is also required for all sub-contractors and consultants. Please note, if the prime contractor to perform the work is located in a branch office, the SF 255 shall reflect key disciplines and experience for that branch office only. Include the firm's ACASS number in SF 255, Block 3b. Also, the business size status (large, small and/or minority) should be indicated in SF 255, Block 3b. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. For ACASS information, call (503) 808-4591. Firms submitting SF-254 and SF-255 by the closing date will be considered for this work. Should the due date fall on a weekend or an official Government holiday, the SF 255 is due on the first workday thereafter. Faxed copies of the SF 255 and 254 will not be accepted. No other general notification to firms under consideration for this work will be made and no further action is required. This is not a Request for Proposal. NOTICE TO ALL CONTRACTORS! All Contractors MUST be registered in the Central Contractors' Register NLT 31 May 1998 in order to be AWARDED Government Contracts or to be PAID on any Newly Awarded Government Contract. Information on this requirement can be found on the Internet @ http://ccr.edi.disa.mil or by calling 1-888-227-2423. This registration is intended for ALL CONTRACTORS who intend to do business with the Nashville District Corps of Engineers or any other Federal Agency under the Department of Defense. Solicitation packages are not provided for A/E contracts. Personal visits for the purpose of discussing the work are discouraged. Telephone calls are welcomed. Address for submittal of SF-254 and SF-255 by express mail is: U. S. Army Corps of Engineers, Estes Kefauver Building, ATTN.: CELRN-CT, Room A-604, 110 Ninth Avenue South, Nashville, TN 37203. Posted 07/10/98. (0191)

Loren Data Corp. http://www.ld.com (SYN# 0026 19980714\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page