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