Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347

US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101 JEFFERSON PLAZA NE, ALBUQUERQUE NM 87109-3435

C -- INDEFINITE DELIVERY CONTRACT FOR "CIVIL WORKS" ARCHITECT-ENGINEER (A-E) SERVICES FOR THE ALBUQUERQUE DISTRICT. SOL DACW47-99-R-0018 DUE 051899 POC Contract Specialist Linda J. Anderson (505) 342-3451 (Site Code DACA47) WEB: www.spa.usace.army.mil/cntrct/cont.htm, www.spa.usace.army.mil/cntrct/cont.htm. E-MAIL: linda.j.anderson@spa02.usace.army.mil, linda.j.anderson@spa02.usace.army.mil. R-1. CONTRACT INFORMATION: An Indefinite Delivery Contract will be awarded for Architect -- Engineer (A-E) services for a period of one year with options for two additional years. The contract will be primarily for A-E studies, drafting, and design on "civil works" type (flood control) projects within the Albuquerque District Corps of Engineers (COE) boundaries, which include Southern Colorado, New Mexico and Southwest Texas. However, the Contractor may be required to work outside this area. The successful firm may be utilized for complete projects or in support of in-house efforts. Services during construction may include construction inspection, shop drawing review and as-built drawing preparation. This Contract will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. Work will be negotiated and initiated by issuance of delivery orders, which will not exceed $1,000,000. The contract limit is $1,000,000 per year and the total contract will not exceed $3,000,000. The successful firm is guaranteed no less than $20,000 for the basic year and, if the option years are exercised, the firm shall be guaranteed $10,000 for each option year. The anticipated Contract award date is September 1999. This procurement is unrestricted. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal is for 61.2% of the subcontracted dollars to go to small business with 9.1% and 4.5% of those dollars going to small disadvantaged business and woman owned business, respectively. In addition, the Albuquerque District goal is for 1% of the subcontracted dollars to go to HUB Zonebusiness. 2. PROJECT INFORMATION: The work may include any and all types of engineering studies and reports, preliminary and final designs to include cost estimates, plans and specifications, associated site surveys and mapping, and services during construction. Some designs may be developed using the metric system of measurement. 3. SELECTION CRITERIA: See Note 24 for general selection process. Responding firms' qualifications will be evaluated based on the selection criteria stated below. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through h are secondary and will be used as "tie-breakers" among technically qualified firms. a. Demonstrated Specialized Experience and Technical Competence in: 1) Preparation of studies, designs, plans and specifications, and construction cost estimates for flood control structures (dams, levees, basins and channels), roads, parking areas, bridges and design of utility improvements. 2) Bridge inspections. 3) COE "civil works" type projects. 4) MicroStation InRoads software. 5) The ability to accomplish construction cost estimates utilizing M-CACES Gold or Composer Plus software. 6) The ability to create drawings in MicroStation 95 or later, and narratives compatible with MS Word format. 7) Implementation of a Design Quality Management Plan. 8) Energy conservation, pollution prevention, the use of recovered materials and achieving waste reduction. b. Qualified Professional Personnel in the following disciplines: Firms must be able to provide registered professionals assigned in the positions for Project Management, Civil Engineering, and Structural Engineering. The firm must also be able to provide Civil Engineering Technicians and CADD Operators/Drafters experienced with InRoads and the Tri-Services CADD Manual. The firm must be able to provide a cost estimator with M-CACES Gold or Composer Plus experience. Cost Estimators formally trained in using M-CACES are advantageous. The Project Manager must have experience managing design of COE "civil works" type projects. The design team must be familiar with relevant COE design criteria. c. Knowledge of the Locality: The firm's knowledge of the area encompassed by the Albuquerque District boundaries will be a consideration. d. Past performance on DOD and other contracts in terms of cost control, quality of work, and compliance with performance schedules shall be evaluated. e. The firm must demonstrate the capacity to accomplish two concurrent delivery orders. f. Location of the firm with respect to Albuquerque, New Mexico. g. Volume of DOD contract awards in the last 12 months as described in Note 24. h. Extent of participation of SB, SDB, historically black colleges and universities and minority institutions, women owned, and HUB zoned business in the proposed contract team, measured as a percentage of the estimated effort. In-house capabilities will be weighted heavier than subcontracted work in the evaluation process. Joint Venture Firms will be considered as having capabilities in-house. 4. SUBMISSION REQUIREMENTS: See note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the next business day. Solicitation packages are not provided. The solicitation number is DACA47-99-R-0018. Only data furnished by the responding firm on the SF 254 and SF 255 will be considered in the selection process. Personnel qualifications of all key subcontractors should be included in block 7 of the SF 255. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall identify the office locations at which the in-house and subcontracted tasks will be performed. The SF 255 should specifically address the requirements of this announcement. Responding firms are requested to summarize their Quality Management Plan and identify all relevant computer capabilities in block 10 of the SF 255. Firms responding as Joint Ventures must state the intent in block 5 of the SF 255. FIRMS SHALL LIMIT BLOCK 10 OF THE SF 255 TO NO MORE THAN 10 PAGES. The POC is Linda J Anderson (505) 342-3451. No other general notifications will be made and no further actions will be required from firms under consideration. This is not a Request For Proposal. Posted 05/13/99 (A-SN331379). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0025 19990517\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page