Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535

U.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 delivery 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 Delivery Orders will be issued for actual work to be accomplished. Delivery 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. Before award of this contract, the firm, if not a Small Business concern) shall be required to present an acceptable Small Business and Small Disadvantage Business Subcontracting Plan in accordance with Public Law 95-507. 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 SF255. 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, 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. c) Capacity: capacity to accomplish the work in the required time, including the capacity to perform several actions at the same time in various geographic locations; d) Past Performance: past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules. e) Superior Performance Evaluations on recently completed DoD contracts. f) Geographical location and knowledge of the locality of the project; 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 in the proposed contract team, measured as a percentage of the estimated effort. 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 is required. This is NOT a request for proposal. Posted 02/09/00 (W-SN423621). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0013 20000211\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page