Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,2000 PSA#2565

Huntington District Corps of Engineers, 502 Eighth Street, Huntington, WV 25701-2070

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT-ENGINEER DESIGN SERVICES POC Cheryl D. Parsons, (304) 529-5006 CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Huntington District, proposes to obtain the services of UP TO THREE multidiscipline Indefinite Delivery Architect-Engineer (A-E) contracts for engineering, design, and related services. Architect-Engineer design services, procured in accordance with PL 92-52 (Brooks Act) and FAR Part 36, are required for various types of civil works projects located within the geographical boundaries of the Corps of Engineers, Great Lakes and Ohio River Division, which includes the Buffalo District, Chicago District, Detroit District, Huntington District, Louisville District, Nashville District, and Pittsburgh District. One indefinite delivery contract will be negotiated and awarded, 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 contract period will not exceed $1,000,000.00. An option period for each contract may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. One of the three contracts will be awarded initially. The remaining two contracts may be awarded within 12 months depending on workload and contracting requirements. (Note: The remaining two contracts, if awarded, will also have a base period not to exceed one year with up to two additional option periods not to exceed one year each that may also be awarded.) The criteria to be used in allocating task orders among the contracts will be based on the following: (1) Contract Minimums, task orders will be distributed to assure the guaranteed minimums are met; (2) Past performance on previous task orders, the quality and timeliness of work delivered on prior jobs under the current contract; (3) current capacity to accomplish the task order in the required time; (4) unique specialized experience; (5) equitable distribution of work among the contractors. Work will be issued by negotiated firm-fixed-price task orders. The first contract is anticipated to be awarded in August 2000. 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 the part of the work it intends to subcontract. The plan is NOT required with this submittal. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract 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. PROJECT INFORMATION: The A-E services to be provided under these contracts will be multidisciplinary (see paragraph on Specialized Experience and Technical Competence) in nature to support our mission to plan design, construct, operate and maintain navigation projects (locks and dams), flood control reservoirs and dams, local flood protection projects, and "Support for Others" type projects. The A-E will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering, environmental, and architectural services to include, but not limited to, engineering investigations/studies; designs; reports; construction plans and specifications; preliminary cost estimates; general construction and engineering type surveys; Computer-Aided Design and Drafting (CADD); and construction inspection/quality assurance. Work shall be accomplished in full compliance with established Corps of Engineers manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirements. Drawings must be prepared on a CADD System (the Tri-Service CADD Standards) and must be directly compatible with Intergraph CADD System or translated at 100% compatibility by the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred. GIS capability using Arc/Info and Intergraph MGE preferred. Work may require using the metric system. All work shall be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format. The location of services may be required anywhere within the boundaries or assignments of the Great Lakes and Ohio River Division Office in conjunction with various Civil Works and/or Military Programs (may be outside Division Boundaries) assigned to the Division. SELECTION CRITERIA: See Note 24 for general 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 a-e are primary. Criteriaf-i are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized Experience and Technical Competence: Firm must demonstrate experience using innovative design concepts/engineering practices, state-of-the-art technologies, and innovative design pertaining to inland navigation (locks and dams) projects with emphasis on float-in and lift-in construction techniques, hydraulic steel structures, finite element analysis and design, risk and reliability, educational (K-12) and public buildings, local protection projects, floodwalls and levees, sanitary and water projects, pump stations, recreation, bridge design and inspections, roads, bank protection/channel improvement, residential and commercial floodproofing, flood control dams, hydrologic and hydraulic studies, geotechnical, photogrammetry and related services, drafting, construction inspection, and other architectural services. Firms must demonstrate ability to design projects within constrained design and construction schedules and funding limitations. b. Professional Qualifications: The evaluation of professional qualifications will consider education, training, professional registration, organizational certifications, overall and relevant experience, and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training, and specific work experience of key personnel. The firm must staff the necessary Registered/Licensed Engineers, Architects and Surveyors having the professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering, architectural and surveying practices. Firms will be ranked on qualified registered professional personnel in the following key disciplines: Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Sanitary Waste Engineers, Architects, Specifications Writers, Estimators, Certified Photogrammetrists, Professional Surveyors, Environmental Engineer, Environmental Geologist, Chemists, Industrial Hygienist, Construction Inspectors/Quality Assurance, Engineering Technicians and Draftsmen/CADD Operators. c. Capacity: Capacity of the firm to perform approximately $1,000,000.00 in work for the required type in a one-year period and accomplish the anticipated work in an efficient manner. The evaluation will consider the experience of the firm in similarly sized projects, and the size and qualifications of the firm's staff in the required disciplines. The firm's staff must be capable of responding to multiple task orders concurrently and within specified performance periods. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Should demonstrate past/projected working relationships with subcontractors. d. Knowledge of the Locality: Knowledge of the geological features, construction and material standards andconstruction and permits and licenses for areas in the Great Lakes and Ohio River Division. e. Past Performance: Past Performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. f. Geographic Proximity: Location of the firm in the general geographical area of the Great Lakes and Ohio River Division. g. Extent of Participation: Extent of Participation of Small Business (including Women Owned Small Business), Small Disadvantaged Business, Historically Black Colleges and Universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. h. Volume of DOD contracts: Volume of DOD contracts awarded in the previous 12 month period as described in Note 24. i. Electronic Transfer: The evaluation will consider ability to deliver electronic data, ftp, video conferencing and communicating via the Internet and email. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies 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. For ACASS information, call (503) 808-4594. In SF 255, Block 10 describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. Firms must also submit a list of all-significant equipment and software, including email and ftp capabilities intended to be used on this contract. Solicitation packages are not provided. This is not a request for proposal. Posted 03/23/00 (W-SN437529). (0083)

Loren Data Corp. http://www.ld.com (SYN# 0028 20000327\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page