Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1999 PSA#2417

USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180-3435

C -- INDEFINITE DELIVERY TYPE CONTRACTS FOR MISCELLANEOUS DESIGN SUPPORT SERVICES FOR VICKSBURG DISTRICT-ENGINEERING DIVISION DUE 092599 POC Laura Cespedes, 601/631-5575 WEB: Vicksburg Consolidated Contracting Office Home Page, http://www.mvk.usace.army.mil/contract/. E-MAIL: Jeri McGuffie, Jeri.H.McGuffie@MVK01.usace.army.mil. Due 25 September 1999, Point of Contact: Laura Cespedes, 601-631-5575. 1. CONTRACT INFORMATION: Up to three indefinite delivery contracts will be negotiated and awarded, each with a base period of 1.0 million and two option periods of 1.0 million. The option periods may be exercised one year after award of the base or option period or at any time upon the exhaustion of funds during the current period. Work will be issued by negotiated firm-fixed price task orders. Tasks will be divided based on specialized experience, past performance, project schedules and/or current A-E workload. Contract award is anticipated in April 2000. This 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. The FY2000 subcontracting goals for the Vicksburg District are: (1) at least -- -61.2% of a contractor's intended subcontract amount be placed with small businesses (SB) including small disadvantaged businesses (SDB), women-owned small business (WOSB) and HUBZone small business; (2) at least 9.1% of a contractor's intended subcontract amount be placed with SDB; (3) at least 5.0 % of a contractor's intended subcontract amount be placed with WOSB and (4) at least 1.5% of a contractor's intended subcontract amount be placed with HUBZone small business. Effective 14 June 1999 the small business size standard for A-E services is 4.0 million. Subcontracting intentions are outlined in Block 6 of SF 255. 2. PROJECT INFORMATION: The work consists of professional services for miscellaneous design of items which are part of major civil design projects being accomplished primarily within the Vicksburg District, but may include work outside the Vicksburg District and outside the United States. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, sanitary, electrical, mechanical, surveying, mapping and architectural design. Work may include, but is not limited to studies, preparation of sketches, conceptual drawings, related drafting, cost estimates, specifications, contract drawings, and design analyses. Studies, designs, and drawings shall be in English and/or metric units as directed. 3. PRESELECTION CRITERIA: Pre-Selection criteria will be based on the following considerations, which are of equal importance. The firm (either in-house or through association with a qualified consultant) must: (a) demonstrate design experience in civil, structural, geotechnical, hydraulic, hydrologic, sanitary, mechanical and electrical engineering and surveying and mapping, drafting, architecture, and cost estimating; (b) demonstrate capability and experience in design of channels, levees, weirs, channel stabilization, grade control structure projects, drainage structures (pipes and culvert) flood control structure projects (small gated dams and pump stations and office buildings; (c) employ qualified registered professional personnel in the following key disciplines: civil, structural, geotechnical, hydraulic, sanitary, mechanical and electrical engineering, surveying, soil sampling and laboratory testing and architecture; (d) demonstrate experience in use of CADD systems. Drawings and plates shall be prepared as required to present project details and/or study results. All drawings shall be furnished in a Microstation design file compatible format. Deliverables shall be provided on one of the following types of media, subject to prior approval from the contracting official; 8mm Exabyte tape Windows NT Backup, 3-1/2 inch high density Windows NT copy, or ISO 9660 (International Standard Organization) format CD-ROM (Preferred). All media shall contain a minimum of the following: (1) the utility used to create the tape or disk, (2) the tape density if applicable, (3) the save set name if applicable, (4) the DOS or Windows NT version if applicable, (5) the date of creation, (6) the diskette or tape sequence number, (7) a short description of the contents. A transmittal sheet containing the above information and the file names on each diskette shall accompany the media set. Deliverables shall include all design files, cell libraries, matrix menus, database files, font libraries, ASCII, xyz files or any other files used in the creation of the project. Plotted copies of all drawings shall be provided in the number and on the size and media specified by the Contracting Officer in each delivery order. All files and backups must be of current version in operation by the Vicksburg District at time of contract award. The external design file specification, level assignments, line styles, and line weights shall be in accordance with the Tri-Service A/E/C CADD Standards Version 1.7 or latest version. These standards are a product of the Tri-Service CADD/GIS Technology Center. Information on obtaining copies of these standards may be accessed on the World Wide Web at http://tsc.wes.army.mil. 4. SELECTION CRITERIA: See Note 24 of the CBD for the 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 through E are primary; criteria F through H are secondary and will only be used as a "tie-breaker", if necessary, in ranking the most highly qualified firms. (A) Specialized experience and technical competence of the firm and consultants in the work described above in preselection item b. List no more than 10 projects that best illustrate current qualifications and relevant projects. (B) Professional qualifications: The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Past Performance: Consideration will be given to ratings on previous DoD contracts. Consideration will also be given to firms which have above-average performance on the type of work described in preselection criteria b. (D) Capacity to perform the work in a timely manner. (E) Knowledge of the locality. (F) Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. (H) DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. (H) Geographic proximity to Vicksburg, Mississippi. In the final selection process, the most highly qualified firms will be interviewed. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 255 (11/92 edition) along with a copy of the prime's SF 254 as well as each consultant's SF 254 (11/92 edition) to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services (CELMK-ED-AC) 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Include ACASS number in SF 255 block 3b. For ACASS information call 503-808-4592. All other telephone calls should be directed to Mrs. Laura Cespedes, (601) 631-5575. This is not a Request for Proposal. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702 . . . etc., to Mrs. Shirley Reed, Small and Disadvantaged Business Utilization Specialist, (601) 631-5347. See Notes 24 and 25.**** NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database, for information see http: www.crc.ctc.com. Posted 08/20/99 (W-SN370672). (0232)

Loren Data Corp. http://www.ld.com (SYN# 0014 19990824\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page