Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,2000 PSA#2581

Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

C -- INDEFINITE DELIVERY-TYPE CONSTRUCTION MANAGEMENT CONTRACTS (UP TO 3) FOR THE BALTIMORE DISTRICT SOL DACA31-00-R-0030 DUE 051800 POC Susan Sonenthal 410-962-7646 E-MAIL: susan.j.sonenthal@nab02.usace.army.mil, susan.j.sonenthal@nab02.usace.army.mil. DACA31-00-R-0030 1. CONTRACT INFORMATION: A-E services required for up to three indefinite delivery types contract that may be used by the Baltimore District. This announcement is open to all businesses regardless of size. These will be independent contracts with a maximum total value of $3,000,000 each. This is not a multiple award scenario as defined under FASA. Individual task orders will not exceed $1,000,000. The contracts will be for a 12-month period and will have options to extend the contract for two additional periods of 12 months each. The contract amount for the base period and any option period will not exceed $1,000,000 each. Individual task orders shall not exceed the annual contract amount. A firm-fixed-price contract will be negotiated. When one or more AE Indefinite Delivery-Type contract with similar scopes of work exists, the basis for selecting an AE for a particular delivery order will be based on several factors. Among these factors are current capacity of the contracts, ability of the AE to perform the task in the required time, any unique specialized experience that the AE can offer, and performance and quality of deliverables under the AE's current IDTC, along with customer responsiveness. While this process is necessarily a "subjective" process, the intent of this contract is to satisfy customer needs in an expeditious and cost effective mode. . Contracts may be issued up to nine months after selection approval and will be issued based on the order of ranking of the firms by the selection board. The number of contracts that will be issued will be dependent on the amount of work that will be required. 2. PROJECT INFORMATION: Provide Non-Personal Construction Management Support Services for the Construction Division, Baltimore District, Corps of Engineers, Baltimore, Maryland. Firms shall furnish all construction management support services and associated travel and subsistence necessary to assure construction contractor compliance with contract drawings and specifications for assigned construction projects of Construction Division Branch offices as defined in the Scope of Work. The services may include all or any of the following tasks: (1) Preparation and/or review of construction cost estimates; (2) Construction contractor claim and delay/impact analyses; (3) Biddability and constructability reviews of pending projects; (4) Specialized quality assurance testing; (5) Civil, electrical and mechanical (including elevator) testing and inspection; (6) Specialized Technical consulting assistance; (7) Specialized Survey Operations; (8) Specialized Environmental Science Technical consulting assistance; (9) Complete Construction Management and Quality Assurance assistance for a variety construction, dredging, and earthwork projects. The selected firms will work with the Corps of Engineers to determine that construction work placement and the construction contractor's administration meets all contract requirements. 3. SELECTION CRITERIA: The criteria that will be the basis for selection of firms are generally described as the following. A. The firm will be required to perform a minimum of 50% of all services ordered with its own personnel. In addition to the above, the criteria for consideration for selection includes: (1) The firm's management approach; (2) The firm's past experience; (3) Personnel qualifications (all contractor personnel must be U.S. citizens); (4) Past Performance on similar contracts in terms of quality control as assurance, cost control, and meeting established schedules; (5) Capacity to perform task directives within prescribed time; and (6) Compatibility with the District's IBM PC compatible system for scheduling and network analysis. B. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders concurrently. The key disciplines that are required are: Registered and licensed personnel for the following disciplines: Architect, civil engineer, electrical engineer, structural engineer, mechanical engineer, fire protection engineer, geotechnical engineer, land surveyor, and industrial hygienist (in lieu of a registered fire protection engineer, a registered architect or a registered engineer whose principal duties are fire protection engineering and who is a full member in good standing of the Society of Fire Protection Engineers will be accepted), and (2) certified cost engineers and scheduling specialist. The evaluation will consider each person's education, training, overall and relevant and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the potential of working on multiple task orders concurrently. C. Work Management: A proposed management plan will be submitted with the SF 255/254, which shall include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any significant consultants on similar projects. The SF 255 shall clearly indicate the staffing of the office indicated to do the work. D. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. E. The firm shall discuss in the SF 255 how these services will be obtained for a particular task order. F. Extent of participation of small business firms including woman-owned small business (WOSB), Small Disadvantaged Businesses (SDB), Historically Black Colleges and Universities (HBCUs), HUB Zone small business firms and minority institutions in the proposed contract team, measure as a percentage of the total estimated effort. G. Volume of DOD contracts awarded in the last 12 months as described in Note 24. 4. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, 95-507, and 99-661. A minimum of 30% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with small disadvantaged businesses, to include Historically Black College and University or Minority Institutions, 1.5% to HUB Zone small business firms, and 8% with women-owned small businesses. NAB encourages WOSB and SDB participation as prime contractors. The plan is not required with this submittal. 5. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Note 24 is written in detail in any Monday issue of the CBD. Interested firms must submit an SF255 for the prime. SF 254s must be submitted for the prime and for each consultant. These forms shall be submitted to the above address not later than 4:00PM on 18 May 2000. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. Only one copy of a submission (SF 255/SF254) isrequired at this time. Short listed firms may be requested to submit up to 2 additional copies of their proposal. The Baltimore District does not retain SF 254's on file. In block 9 of the SF 255, the prime shall provide contract award dates for all projects listed in that section. One Preselection Board and one Selection Board will be conducted from this solicitation. Telephone interviews with be conducted with the short listed firms. . In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. A paper copy may be obtained from the DOD Electronic Commerce Information Center at 1-800-334-3414 or Contact CCR web site at http://www.ccr2000.com. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howard St., Room 7000, Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be reached at 410-962-7646 and via Internet susan.j.sonenthal@nab02.usace.army.mil. Solicitation packages are not provided. This is not a request for proposal Phone calls to discuss this announcement are discouraged unless absolutely necessary. Personal visits for discussing this announcement will not be scheduled. Sonenthal/CENAB-CT-O-AE Huber/CENAB-CT Mitchell/CENAB-CT-O Posted 04/14/00 (W-SN445010). (0105)

Loren Data Corp. http://www.ld.com (SYN# 0022 20000418\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page