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