|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,2000 PSA#2539US Army Corps of Engineers, Little Rock District, (CESWL-CT), PO Box
867 Little Rock, AR 72203-0867 C -- INDEFINITE DELIVERY A-E CONTRACT FOR PLANS, SPECS, DESIGN MEMOS,
ENGINEERING STUDIES, COST ESTIMATES, REPORTS, AND OTHER A-E SERVICES
FOR VARIOUS PROJECTS IN OR ASSIGNED TO THE LITTLE ROCK DISTRICT SOL
DACA03-00-R-0006 DUE 031700 POC Sharon Bowers, 501-324-5668 WEB:
http://ebs.swl.usace.army.mil/, http://ebs.swl.usace.army.mil/. E-MAIL:
None, sharon.y.bowers@swl02.usace.army.mil. 1. CONTRACT INFORMATION:
A-E services, procured in accordance with PL 92-582 (Brooks A-E Act)
and FAR Part 36, are required for various military and civil works
projects in or assigned to the Little Rock District and outside the
primary area of responsibility at the Government's discretion. One
indefinite delivery contract for general engineering services will be
negotiated and awarded, with a base period of one year, and two option
periods of one year each. The contract options year(s) may be
exercised before the expiration of the base contract period (or
preceding option period), if the contract amount for the base period
(or preceding option period) has been exhausted or nearly exhausted.
Individual fixed-price task orders will not exceed $150,000; the annual
ceiling for the base year and the option year is $750,000 for each
period. Individual task orders issued under the proposed contract may
contain certain options. The minimum guaranteed amount for the base
year is $15,000. Projects outside the primary area of responsibility
may be added at the Government's discretion. 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 on that part of the work it
intends to subcontract. The subcontracting goals for the contract are:
a minimum of 61.4% of the contractor's intended subcontract amount be
placed with Small Businesses (SB), including Small Disadvantaged
Businesses (SDB), of 9.1%; Woman-Owned Small Businesses (WOSB) of 5%;
Historically Black Colleges and Universities and Minority Institutions
(HBCU/MIs) of 10%; and Historically Underutilized Business Zones
(HUBZones) of 1%. The plan is not required with this submittal. The
wages and benefits of service employees (see FAR 22.10) performing
under this contract must be at least equal to those determined by the
Department of Labor under the Service Contract Act. 2. PROJECT
INFORMATION: Work includes, but is not limited to, preparing
engineering reports which presents all pertinent data, field work
performed, findings and analysis, cost estimates and plans and
specifications. Anticipated projects may include architectural and
engineering services for new and existing buildings such as
administrative and recreational facilities, maintenance buildings, and
various support structures, roads, bridges, and parking areas. Work
may include site planning/analysis and visits; architectural studies
and surveys; conceptual, schematic, preliminary and final design;
design analysis; energy and life cycle/value analysis; specifications,
M-CACES cost estimates; and design/shop drawing reviews. 3. SELECTION
CRITERIA: See CBD Note 24 (Monday Edition) for a general description
of the A-E selection process. The selection criteria are listed below
in descending order of importance (first by major criterion and then by
each sub-criterion). Criteria items a-e are primary. Criteria items f-h
are secondary and will only be used as "tie-breakers" among technically
equal firms. a. Professional qualifications. Qualified personnel in the
following key disciplines: Architects, Civil, Mechanical, Electrical
and Structural Engineers, Landscape Architects, and CADD Specialists.
b. Specialized experience and technical competence: The responding firm
must demonstrate experience in civil and military projects as well as
recreational planning and design. It should also have the capability to
produce AutoCad or Intergraph compatible design files with the
capability to translate from one format to the other. The translated
format must not require any manipulation by Corps personnel. The
responding firm, or their listed subcontractor, must have the following
qualifications necessary to perform cost estimates: (1) Cost Engineers
that have completed formal training on M-CACES Gold 5.30 or later
software; (2) Cost Engineers familiar with preparation of detailed cost
estimating procedures and construction schedules; (3) Experience with
both military and civil worksbreakdown formats for estimates; and (4)
Capability for the estimates to be prepared under the guidance and
signed by a certified or registered professional. c. Capacity. Capacity
to perform two $150,000 task orders in a 150-day period. The evaluation
will consider experience of the firm and any consultants in similar
size projects, and the availability of an adequate number of personnel
in key disciplines. d. Past performance on DOD and other contracts
with respect to cost control, quality of work, and compliance with
performance schedules. e. Specific Knowledge of Locality. f. Geographic
Proximity. The physical location in relation to the Little Rock
District. g. Extent of participation of SB, SDB, and HBCU/MIs in the
proposed contract team, measured as a percentage of the total estimated
effort. h. Volume of DOD contract awards in the last 12 months as
described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Interested firms having the
capabilities to perform thiswork must submit one copy of SF 255 (11/92
edition), and one copy of SF 254 (11/92 edition) for the prime firm
and all consultants, to the above address not later than the close of
business on the 30th day after the date of this announcement. If the
30th day is a Saturday, Sunday, or Federal holiday, the deadline is the
close of business of the next business day. Include the firm's ACASS
number in SF 255, Block 3b. Indicate in Block 4 of the SF 254 if your
firm is a Large, Small, Small Disadvantaged or Woman-Owned Business. To
be classified as a small business, a firm's average annual receipts or
sales for the preceding three fiscal years must not exceed $4.0
million. The SF 255 must contain information in sufficient detail to
identify the team (prime and consultant) proposed for the contract. In
Block 4 of the SF 255 insert the number of personnel proposed for the
contract (not necessarily total capacity); consultants as (A) and
in-house as (B). In SF 255, Block 10, describe owned or leased
equipment that will be used to perform this contract, as well as CADD
capabilities. Block 10 should also include a Design Quality Control
Plan Outline. It should include a brief presentation of internal
controls and procedures that you use to insure that a quality design is
produced. Personal visits for the purpose of discussing the contract
are discouraged. This is not an RFP. Posted 02/15/00 (W-SN425678).
(0046) Loren Data Corp. http://www.ld.com (SYN# 0019 20000217\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|