Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580

U.S. Army Engineer District, Alaska, Attn: CEPOA-CT-CO, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: 2204 Third Street, Room 56), Elmendorf AFB, AK 99506-0898)

C -- IDAE SERVICES FOR OPERATIONS AND MAINTENANCE (O&M) PROJECTS FOR THE DEPARTMENT OF PUBLIC WORKS (DPW), PRIMARILY VARIOUS LOCATIONS, ALASKA SOL DACA85-00-R-0017 POC Contracting Officer: Ms. Gail M. West, 907 753-2552 CONTRACT INFORMATION: 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 for that part of the work it intends to subcontract. The FY00 subcontracting goals for this contract are a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses, 9.1% of that to small disadvantaged businesses, 5.0% to woman-owned businesses, and 1.5% to HUBZone subcontractors. The subcontracting plan is not required with this submittal. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price. The contract limit is $400,000. The contract may include options for two additional option years and an additional $400,000 per year. There will be no specific task order limit except for the contract limit. Contract award is anticipated for July 00. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are evaluating existing HVAC systems, plumbing, electrical, structural and utilities systems designs to repair or replace these systems, asbestos/lead surveys, site improvements, landscaping, and design of minor renovations. LOCATION: Primarily Various Locations, Alaska. 3. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance. Criteria A-E are primary selection criteria. (A) specialized experience and technical competence in (weighted equally): (1) design of architectural, structural, mechanical, electrical renovation and repair jobs; (2) preparation of plans and specifications for military construction projects; (3) steam/condensate, water, electrical, sewage utility systems, and road/parking lot construction; (4) construction cost estimating, and arctic design experience; (B) professional personnel in the following disciplines (weighted equally): (1) minimum in-house requirements are 1 mechanical engineer and 1 electrical engineer, each with 5 years post-graduate experience; (2) disciplines which may be subcontracted: architectural, civil, structural, fire protection, cost estimating, and a hazardous materials engineer. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract.; (C) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (D) capacity to maintain schedules and accomplish required work on three simultaneous delivery orders; Criteria E-G are secondary and will only be used as "tie-breakers" among technically equal firms. (E) location of the firm in general geographical area of the projects and knowledge of locality: availability of AE staff to meet frequently with DPW personnel in Anchorage and ability to mobilize staff to Alaskan project sites on relatively short notice; (F) volume of DOD contract awards in the last 12 months; and (G) 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. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 254s/255s (1 copy only) should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, by calling the administrative contact named above, or from commercial software suppliers for use with personal computers and laser printers. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the 30th day from 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. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided. Please allow sufficient time to enter and process through the Elmendorf AFB Boniface entrance gate(you may be detained to call the Corps office for approval to enter).***** Posted 04/13/00 (W-SN444626). (0104)

Loren Data Corp. http://www.ld.com (SYN# 0018 20000417\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page