|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,2000 PSA#2534U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821,
Louisville, KY 40202-2230 C -- ARCHITECT ENGINEERING SERVICES FOR AN INDEFINITE DELIVERY TYPE
CONTRACT TO SUPPORT PROJECT MANAGEMENT ON CIVIL WORKS, MILITARY,
ENVIRONMENTAL AND OTHER VARIOUS PROJECTS WITHIN THE LOUISVILLE DISTRICT
MISSION BOUNDARIES SOL W22W9K-0031-5608 DUE 031000 POC Contract
Specialist, Denise Bush (502) 625-7528 Technical, David Dale (502)
582-6120 Contract Information: Engineering Services are required to
support project management for the Great Lakes and Ohio River
Division's civil works, military, environmental, and other various
projects within the Louisville District Mission Boundaries. The base
year and each option year shall not exceed $1,000,000.00 and no task
order shall exceed $1,000.000.00. The contract base period is one year
from date of award with two-one year options with an additional
ceiling amount of $1,000,000.00 for each option year exercised for a
maximum contract amount of $3,000,000.00. Individual Task Orders will
be issued for actual work to be accomplished. Task Orders will be firm
fixed price. To be eligible for award, a firm must be registered in
the DoD Central Contractor Registration (CCR) Registrar 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. This
announcement is open to all businesses, regardless of size. If a large
businessis selected to negotiate a contract, the firm will be required
to present an acceptable Small Business Subcontracting Plan in
accordance with Public Law 95-507 prior to award of the contract. The
current subcontracting goals are 61.2% to Small Business, 9.1% to Small
Disadvantaged Business, 4.5% to Women-Owned Small Business, and 1.5% to
HUBZone Small Business. Some projects may require partnering with the
selected firm which could require the selected A/E to attend an
approximate one day partnering meeting to define the User's
expectations of the A/E, create a positive working atmosphere,
encourage open communication, and identify common goals. Significant
emphasis will be placed on the A/E's quality control procedures, as the
District will not review quality into the project. Project Information:
Typical services include, but are not limited to: Preparation and
maintenance of Project Management Plans (PMP's); Development and
maintenance of schedules for planning, design, construction and
operation and management of projects; Collection and analysis of
project information; Site visits; Preparation and maintenance of
project fact sheets and status reports; Development and maintenance of
Draft Project Cooperation Agreements (PCA's); Development and
maintenance of cost estimates for planning, design, construction and
other related services; Preparation and analysis of Earned Value
reports and reproduction of any of the documents for distribution and
use. Preparation, maintenance and analysis of business processes as
they relate to the Project Management Business Process. The services
will generally be provided in the office of the requesting
organization; however services in the selected firms' office may be
required also. Selection Criteria: Submittals will be evaluated against
the general evaluation factors listed in Note 24 in descending order of
importance. Specific selection criteria (a d) being primary and (e h)
being secondary is as follows and must be documented with resumes in
the SF 255. Resumes shall indicate registration, certification,
training and education of individuals proposed for this contract. Firms
must provide two resumes that indicate the professional qualifications
necessary for satisfactory performance of the required services in
each field for the following individuals: (a) Professional
Qualifications: Project Controls Specialist, Engineer, Construction
Manager, Business Consultant, Designer, and Cost Estimator. These
project assignments may be filled by a qualified professional from any
one of these fields, as indicated in the SF 255. Firms should include
two resumes for each project assignment. (b) Specialized Experience:
Specialized experience and technical competence, including 1) Knowledge
and experience in project management within the construction industry
with a specific working knowledge of project and program reporting and
controls using Earned Value Project management techniques at both the
Project and Programmatic level; 2) Knowledge and experience with Corps
of Engineers programming process, budget process and project
development process; 3) Working knowledge of Prima Vera Suretrak and P3
for Windows; 4) Working knowledge of the Crops of Engineers Program and
Project Management Information System (PROMIS), 5) Experience in the
use of work breakdown structure, resource allocation and budget
development using both PRIMA Vera and PROMIS systems; 6) Experience in
using the MS Office applications to extract, analyze and report
information extracted for Oracle Data Bases; 7) Experience in Business
Process Development, analysis and improvement for large
multi-functional organizations; 8) In addition, a Brief Design
Management Plan including an explanation of the firm's management
approach, management of subcontractors (if applicable), quality control
procedures and an organizational chart showing the inter-relationship
of management and various team components must be shown in paragraph 10
of the SF 255. Submittal Requirements: See Note 24 for general
submission requirements. Any firm with an electronic mailbox responding
to this solicitation should identify such address in the SF 255. ACASS
numbers should be listed in Block 3 of the SF 255. All firms
responding to this announcement will be notified of their respective
status within 10 days after approval of any selection. Firms which are
interested and meet the requirements described in the announcement are
invited to submit one completed SF 255 U.S. Government A/E and Related
Services for Specific Project to the office shown above. All responses
on SF 255 to this announcement must be received no later than 4:30 PM
Local Time on March 10, 2000 to be considered for selection. All
responding firms which do not have a current SF 254 (within the past 12
months) on file with the North Pacific Division, Corps of Engineers,
must also furnish a completed SF 254. NO OTHER INFORMATION INCLUDING
PAMPHLETS OR BOOKLETS IS REQUESTED OR REQUIRED. No other general
notification to firms under consideration for this project will be made
and no further action isrequired. This is not a request for proposal.
Posted 02/08/00 (W-SN423256). (0039) Loren Data Corp. http://www.ld.com (SYN# 0030 20000210\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|