Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175

U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-DW, P.O. BOX 2288, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602

T -- IDC FOR A-E SVCS PRIMARILY IN SUPPORT OF THE MOBILE DISTRICT'S MISSION IN CENTRAL & SOUTH AMERICA & THE CARIBBEAN, & FOR SUPPORT OF THE MILITARY PRGM IN SAD SOL DACA01-98-R-0080 DUE 100898 POC Contact Dewayne Brackins, (334)694-3743; Contracting Officer, Edward M. Slana (Site Code W31XNJ) CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract primarily in support of the Mobile District's mission in Central and South America and the Caribbean, and for support of the military program in South Atlantic Division. This announcement is open to all businesses regardless of size. The contract will be awarded for a one year base period with options to extend the contract for two additional one year periods, not to exceed a total of three (3) years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total contract not to exceed $1,000,000 for each contract period. (If the $1,000,000 limit for a contract period is exhausted or nearly exhausted prior to 12 months after the start of the period, the option for the next contract period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: 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 5.0% be placed with women-owned small businesses (WOSB). The subcontracting plan is not required with this submittal. The firm's and/or consultant's cost engineering or estimating specialist(s) for each required design discipline applicable to this project, such as architectural, structural, civil, mechanical or electrical, etc., must be specifically identified and his (their) competence indicated by resume(s) in block 7 of the SF 255. The cost engineer(s) or estimator(s) for this project must be full-time professional cost engineer(s) or estimator(s). The estimates for this project will be required to be prepared utilizing IBM/MS-DOS compatible "MCASES GOLD" estimating software. The firm selected must demonstrate experience utilizing this software either through training or use. The software, user manual and databases will be provided by the Mobile District free of charge to the successful A-E. Preparation of a report on the estimate and bid results may be required on some projects. PROJECT INFORMATION: The contract will primarily be used for projects which will include a variety of site/civil designs, such as roads, grading, drainage, parking areas, aircraft aprons, Geotechnical investigations, foundation designs, topographic surveys, and other miscellaneous civil items as well as architectural, mechanical, electrical and structural design including rehab, new construction or a combination thereof. Ancillary environmental work may be associated with these projects. Some projects will include completion of partial designs, including cost estimates, accomplished by in-house (Government) disciplines. Projects will also include design/build proposal packages requiring A/E selection and design review assistance. Designs must be provided in metric format. Engineering drawings which are prepared on computer-aided design and drafting (CADD) systems shall be in accordance with the Standards Manual of U.S. Army Corps of Engineers Computer-Aided Design and Drafting (CADD) Systems. Final submittal shall include drawing files in Intergraph drawing file format on 1/2" magnetic tape at 1600 or 6250 bits per inch, or on 3 1/2" or 5 1/4" high density diskettes. Drawing files shall be copied to the using the VMS "BACKUP" command. Submittal of the magnetic tape or diskettes are required in addition to the final mylar plots. SELECTION CRITERIA: See Note 24 in the Monday publication of the Commerce Business Daily for general 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-G are secondary and will only be used as tie-breakers" among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines with registration required where applicable: (1) Civil Engineer; (2) Architect; (3) Electrical Engineer; (4) Geotechnical Engineer; (5) Structural Engineer; (6) Mechanical Engineer; (7) Environmental Engineer; (8) Cost Estimator. Evaluation of each discipline will consider education, registration, and relevant experience. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. Use the nomenclature for disciplines as noted in this announcement. Additional evaluation factors are provided in order of importance: B. Specialized experience and technical competence in: (1) Site/Civil Design; (2) Architectural Design; (3) Experience with design/build proposal documents in Latin America; (4) Experience with site investigation and design for projects in Central and South America; (5) Experience in Environmental design and permitting; (6) Quality Management Plan: Describe in Block 10 of the SF 255 the firm's quality management plan, including the team's organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: Capacity to accomplish at least three (3) $150,000 individual task orders simultaneously. The selected firm must have the capability to perform multiple taskings concurrently; D. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Knowledge of Locality: (1) Knowledge of work in Central and South America and the Caribbean with respect to local construction standards, techniques, and materials; (2) Demonstrated ability to communicate in the Spanish language by members of the consultant team; F. Geographic Location: Geographic location with respect to Southeastern U.S.; G. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women- owned small businesses, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; H. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the Commerce Business Daily for general submissions requirements. Firms must submit one (1) copy of their SF 254 and SF 255, and one (1) copy of each consultant's SF 254. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers,Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001, Mobile, AL 36628-0001. Submittals must be received no later than 4:00 P.M. local time on 8 October 1998. Regulation requires that any submittals received after this date cannot be considered by the Selection Board. Include ACASS number in Block 3b and RFP Number in Block 2b of the SF 255. Call the ACASS Center at 503-326-3459 to obtain a number. A maximum of ten (10) projects, including the prime and consultants, will be reviewed in Block 8. Solicitation packages are not provided. This is not a request for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered highly qualified Posted 09/03/98 (I-SN245547). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0149 19980908\T-0001.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page