Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292

U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450

C -- GENERAL A-E SERVICES FOR FACILITIES AT VARIOUS LOCATIONS WITHIN TAC'S AOR SOL DACA78-99-R-0012 DUE 032399 POC John R. Krueger (540) 665-3936 (Site Code DACA78) E-MAIL: LINDA.W.WHITACRE@USACE.ARMY.MIL, LINDA.W.WHITACRE@USACE.ARMY.MIL. 1. CONTRACT INFORMATION: A-E services are required for designs, specifications, cost estimates, planning and programming reports, engineering studies, geotechnical investigations, and miscellaneous related engineering support services in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 within the TAC AOR (Europe, Middle East, Africa, and former Soviet Union). One indefinite delivery contract will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. Work will be issued by negotiated firm-fixed price task orders. The amount of work in each contract period will not exceed $2,000,000.00. The contract is anticipated to be awarded in May/June 99. 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 plan is not required with this submittal. 2. PROJECT INFORMATION: The contract will e for projects having an estimated construction value in excess of $1 million, but less than $50 million with approximate design durations of 6 to 12 months. Facility designs may include, but not be limited to the following: 006 (Airports, Terminals & Hangers); 010 (Barracks, Dormitories); 027 (Dining Halls, Clubs, Restaurants); 039 (Garages, Vehicle Maintenance Facilities); 046 (Highways, Streets, Parking Lots); 072 (office Buildings, Industrial Parks); 083 (Power Generator, Transmission Distribution); 094 (Security Systems -- Intruder & Smoke Detection); 096 (Sewage Collection, Treatment and Disposal); 113 (Warehouses and Depots); and 115 (Water Supply Treatment and Distribution); 201 (Ammunition Workshops and Storage Bunkers): 202 (Plating process and facilities). The firms must show experience and will be required to prepare designs using Computer Aided Designs (CAD) using Micro station PC Version 5 or higher, and prepare construction cost estimates by computer utilizing Corps of Engineers Microcomputer Aided Cost Estimating System (MCACES). The firm may be required to undertake Value Engineering (VE) studies, prepare record drawings from as-built annotations on contract drawings as received from construction contractors, make engineering investigations of existing field conditions and/or problems and report findings, and prepare engineering studies before and during construction. Depending upon the complexity of the situation, the firm may use consultants. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance. (a) The firm's current specialized experience and technical competence relative to the services required under this announcement, i.e., knowledge of design of building envelopes and systems for facilities similar to those listed in 2, above, and for a project of this size within the TAC AOR, (b) The evaluation will consider the qualifications, availability and length of service of the firm's Registered Professional personnel in the following key disciplines: project management (architect or engineer), quality control, architecture, civil engineering, electrical engineering, mechanical engineering, and structural engineering in the design of facilities similar to those Listed in 2, above. (c) The firm's Design Quality Management Plan (DQMP) developed for this solicitation (not longer than five pages) will be evaluated along with the clarity and conciseness of the material presented in response to this solicitation. The evaluation will consider the management capability, approach, coordination of disciplines and subcontractors for each major work breakdown item. (d) ACASS and other available past performance information on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules will be used to evaluate past performance. (e) The firm must demonstrate experience using Computer Aided Design, MCACCES and Corps Guide Specification on past DOD designs. (f) The firm's capability to complete this magnitude of design work within the design period. The following secondary criteria will only be used as "tie-breakers" among technically equal firms: (a) Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (b) Volume of DOD contract awards in the last 12 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 SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime firm, all consultants/joint ventures and groups of firms, to the above address or to the Federal Express address of 201 Prince Frederick Drive, Winchester, VA 22602 not later than 3:30 p.m. USA Eastern Standard Time on the 30th calendar day after the date of this announcement. The day following the day of this announcement is day one for calculating the 30 days for submission. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the same time of day, but the next business day. Include the ACASS number in SF 255, Block 3. For ACASS information call (503) 326-3459. Include your firm's FAX and Internet numbers. Forms are available at htt;://www.gsa.gov/pbs/pc/hw_files/254- 255.htm. NOTE: Evaluation factors listed above supersede the evaluation factors Listed in Note 24 and will be used for this selection. In SF 255, Block 10 describe the DQMP. Solicitation packages are not provided. This is not a request for proposal. Firms' visits to discuss the proposed projects will not be accepted/scheduled. Email: John.R.Krueger@usace.army.mil Posted 02/23/99 (A-SN301617). (0054)

Loren Data Corp. http://www.ld.com (SYN# 0031 19990301\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page