Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,2000 PSA#2542

US Army, Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA 98124-3755

H -- INDEFINITE-DELIVERY INDEFINITE-QUANTITY MISCELLANEOUS CONSTRUCTION-CONTRACT ADMINISTRATION SERVICES, VARIOUS LOCATIONS IN WA, ID, AND MT SOL DACA67-00-R-0217 DUE 040300 POC Mary Mitton 206-764-6806 WEB: Seattle District Contract Page, http://www.nws.usace.army.mil/cnrct. E-MAIL: Mary Mitton, Contract Specialist, mary.e.mitton@usace.army.mil. The Corps of Engineers, Seattle District, is seeking a contractor to provide professional and nonprofessional non-personal services under an indefinite-delivery indefinite-quantity (IDIQ) contract for miscellaneous construction-contract administration services in various locations within Seattle District for the purpose of supporting a wide variety of fixed-price construction projects, both military and civil, with contract values of up to $100 million. Projects are located in Washington, Idaho and Montana. Specific locations may include, but are not limited to: Fairchild AFB, WA; Mountain Home AFB, ID; Malmstrom AFB, MT; Chief Joseph Dam, WA; Libby Dam, MT; Albeni Falls Dam, ID; Fort Lewis, WA; McChord AFB, WA; and Yakima Training Facility, WA. Some of the task orders will be for construction sites with hazardous and toxic waste. The construction contracts will be administered from the Seattle District or its field offices. As requirements develop, task orders will be negotiated and awarded for the performance of work. The contract will consist of one base period not-to-exceed (NTE) 1 year or $300,000, and 3 option periods NTE 1 year each or $200,000 each. The total contract period is NTE 4 years and the total contract value is NTE $900,000. The Government intends to order, as a minimum, 2% of the base period amount ($6,000) and 1% of each option exercised ($2,000). The contract option periods may be exercised early if the capacity is used before each one-year period has elapsed. The minimum and maximum amounts for task orders will be $5,000 and $50,000, respectively. Work requirements shall encompass the following services: 1. Perform a variety of Quality Assurance duties which, broadly defined, will include: a) Monitor the effectiveness of the Contractor Quality Control System, b) Ensure construction is in accordance with plans and specifications, c) Review plans and specifications and make recommendations on the necessity for changes to the Team Leader, d) Review Contractor submittals and Contractor Requests for Information (RFI) and track timeliness of response, e) Review Contractor progress schedule or CPM, f) Monitor the effectiveness of the Contractor deficiency tracking system, and g) Prepare scopes of work for proposed modifications. 2. Perform inspection duties that include: a) Make daily on-site inspection of construction project, b) Review daily Quality Control Reports and prepare daily Quality Assurance Reports, c) Attend Contractor meetings and ensure documentation of the 3-Phase Inspection Control System, d) Review system test procedure and witness system acceptance testing, and e) Monitor job-site safety and compliance with Corps of Engineers Safety and Health Requirements Manual EM-385-1-1. 3. Perform review functions that include: a) Review Submittals, b) Review equipment and material submittals, progress charts, Quality Control and Safety Plans, and various work plans, c) Research and resolve design and/or construction problems, and d) Perform BCOE (Biddability, Constructibility, Operability, and Environmental) reviews. 4. Perform a variety of Contract Administration duties that include: a) Assist and provide guidance in contract administration matters, b) Draft requests for proposals and cost and/or price analyses in support of audits, c) Prepare pricing for Government estimates, d) Prepare backup documentation for negotiations regarding price adjustments, e) Draft modification documents, f) Prepare correspondence and perform quantity calculations, g) Develop pre-negotiation objectives in preparation for negotiations, h) Perform technical research and analysis for claims and prepare draft responses, i) Provide recommendations regarding merit or no merit, j) Assist in preparations for negotiating a cost settlement, if applicable, and drafting the modification, k) Prepare analysis for use by the Government in support of disputes or litigation, l) Provide specialized expertise regarding contract administration. AVAILABILITY: This solicitation will be issued as an Electronic Bid Set (EBS) on CD-Rom format only. EBS CD-ROM disks with plans and specs available on or about 14 March 2000 at no charge per set. EBS CD-ROM disks will be issued on a first come, first served basis until supply is exhausted. No phone requests accepted. Refer to RFP Number DACA67-00-R-0217 when ordering. Requests MUST BE IN WRITING and be received before solicitation documents will be mailed. Requests may be made: (1) by fax to (206) 764-6817, or (2) by completing the web request form for the solicitation listed at http://www.nws.usace.army.mil/cntrct. An additional confirmation copy of your request need not be mailed. Please be sure to include if you are a Prime, Sub or Plans Room. EBS CD-ROMs may be picked up from the Plans Room Monday thru Friday between the hours of 7:30 AM and 3:30 PM. Submit requests by 8 March 2000. This procurement is 100% set-aside for small business concerns. The Standard Industrial Code (SIC) is 8741. For the purposes of this procurement, a small business concern is one for which the annual average gross revenue taken for the last 3 fiscal years does not exceed $5 million. Posted 02/18/00 (W-SN427058). (0049)

Loren Data Corp. http://www.ld.com (SYN# 0034 20000223\H-0001.SOL)


H - Quality Control, Testing and Inspection Services Index Page