Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 14,1999 PSA#2495

USAED, Kansas City, 757 Federal Building, 601 E 12th Street, Kansas City, MO 64106-2896

C -- AE SERVICES FOR TWO INDEFINITE DELIVERY TYPE CONTRACTS FOR THE ENGINEERING AND CONSTRUCTION DIVISION OF THE KANSAS CITY DISTRICT CORPS OF ENGINEERS, KANSAS CITY, MISSOURI SOL DACA41-00-R-0002 DUE 011900 POC Pamela Wellons 816-983-3802 E-MAIL: Pamela Wellons, Contract Specialist, Contracting Division,, Pamela.S.Wellons@nwk02.usace.army.mil. 1. CONTRACT INFORMATION: Architect and engineering services, procured in accordance with PL 92-582 (Brooks AE Act) and FAR Part 36, are required to support military design and studies within or assigned to the Kansas City District, U.S. Army Corps of Engineers. The primary focus of these contracts will be design of repair, replacement and maintenance projects at military installations but designs of new facilities is also included. Up to two indefinite delivery contracts will be negotiated and awarded, each with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each period will not exceed $500,000. Option periods may be exercised prior to the end of the base period or the preceding option period if the contract amount for the preceding contract period has been or will be exhausted. Work will be issued by negotiated firm-fixed-price task orders. The contracts may include task orders with options for engineering and design and checking of shop drawings during construction. The first contract is anticipated to be awarded in March 2000. The method used to allocate task orders among contracts will include consideration of experience and user needs, capacity to accomplish the order in the required timeframe, performance and quality of deliverables, and proximity of the firm to the project. Funds are not presently available for the contracts. This announcement is open to all businesses regardless of size. If a large business is selected for these contracts, 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 subcontracting goals for the Kansas City 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) and women-owned small businesses (WOSB); (2) at least 9.1% of a contractor's intended subcontract amount be placed with SDB; (3) at least 4.5% of a contractor's intended subcontract amount be placed with WOSB; and (4) 1% placed with HUBZone small businesses. The plan is not required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Work orders may be assigned for any work within the jurisdiction of Northwestern Division but the selection will be based on criteria within the Kansas City District. 2. PROJECT INFORMATION. Projects may include the preparation of special reports, studies (to include value-engineering studies), development of design criteria, and design of construction and renovation projects as needed for military work assigned to the Kansas City District. These contracts may include design work involving site investigation; preparation of contract drawings, technical specifications, design analyses and computer aided cost estimating. Construction phase services, including shop drawing review, engineering during construction, site visits, etc., could be included as options on task orders. Examples of potential repair or renovation projects include: repair or replacement of mechanical, electrical or fire protection/detection systems; asbestos and lead abatement services related to building renovation or demolition; interior designs; renovation of historic structures; repair or replacement of infrastructure systems; correction of drainage problems; repair or upgrade of structural problems, including seismic design and analysis of existing structures; repair or replacement of roofing, siding, windows, doors or other miscellaneous architectural elements, etc. Examples of new buildings or structures includes: barracks, company operations facilities, administrative facilities, family housing, barracks, hangers and related airplane support systems, vehicle maintenance facilities, industrial facilities, warehouses, ranges, training facilities, and washracks, etc. 3. SELECTION CRITERIA. See Note 24 for a general description of the AE 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 is primary. Criteria f-h is secondary and will only be used as tiebreakers among technically equal firms. a. Specialized experience and technical competence in: (1) Design of repair or renovation projects similar to the categories listed in paragraph 2 above. (2) Design of new buildings or other structures for military installations, similar to the categories listed in paragraph 2 above. (3) Producing quality products based on evaluation of a firm's quality control plan (QCP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, and quality control procedures. b. Qualified registered professional personnel in the following key disciplines: architecture, structural engineering, mechanical, electrical, fire protection specialist, certified industrial hygienist, interior design, project management, civil. The evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. c. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. e. Knowledge of local conditions within the Kansas City District military boundaries (Kansas and Missouri for Army, Air Force; the upper Midwest for Army Reserves; others as assigned), specifically regarding climatic conditions, local construction methods and local construction climate impact on cost estimating. f. 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. g. Geographic proximity. h. Volume of DoD contracts awarded in the last 12 months to the prime A-E firm as described in Note 24. 1. SUBMITTAL REQUIREMENTS. See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one SF 255 (11/92) to the address listed below no later than close of business (4:00 PM Kansas City time) on January 19, 2000. Copies of the SF 254 (11/92) for the prime firm and all consultants shall be included with the SF 255. Include the firm's ACASS number in SF 255, block 3b. Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. In SF 255, block 8, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 4 shall be so labeled. In SF 255, Block 10, describe the firm's overall QCP. A project specific QCP must be prepared and approved by the government as a condition of contract award, but is not required with this submission. In Block 10, indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT-C/ Newman 760 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 2. QUESTIONS. Questions of a contractual nature may be addressed to Pamela Wellons, 816-983-3802 and of a technical nature should be addressed to Christine Hendzlik at 816-983-3269 and those of an administrative nature to Barbara Newman, 816-983-3800. Posted 12/10/99 (W-SN407741). (0344)

Loren Data Corp. http://www.ld.com (SYN# 0022 19991214\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page