Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 26,2000 PSA#2587

USAED, Sacramento, Corps of Engineers, Attn: A-E Negotiations Section, 1325 J Street, Room 1079, Sacramento, CA 95814-2922

C -- IDIQ STRUCTURAL ENGINEERING TO SUPPORT IN-HOUSE STRUCTURAL DESIGN SECTION WITHIN THE SACRAMENTO DISTRICT SOL DACW05-00-R-0015 DUE 052500 POC Eiichi Takahashi (916)557-7265 1. CONTRACT INFORMATION: This announcement is set aside for small Businesses. A-E services may be required for field investigations, preparation of reports, alternative design evaluations, and construction plans and specifications of structural engineering features and related work associated with civil works and military installation projects located in the Sacramento District and South Pacific Division's area of civil and military boundaries and design responsibility (CA, NV, UT, CO and parts of other western states). This contract may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuqurque Districts) and as requested by other Corps Divisions/Districts. A specific scope for work and services required will be issued with each task order. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the design and A-E services during the specified phase of work for these projects. The SIC code for this announcement is 8712 which states the business size standard to be considered a small business is a maximum of $4.0 million of average annual receipts for its preceding 3 fiscal years. This acquisition is set aside for small businesses. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the two dimensional drawings in Autodesk AutoCAD CADD software, release 14. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 14 format, and on the target platform specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT 4.0 operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platformAutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITTGroup 4 raster format. The specifications will be produced either in SPECSINTACT with the Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. Additionally, the contractor shall have the capability for producing design and drawings using computer-aided design and drafting (CADD) and delivering three dimensional drawings in Bentley MicroStation NT software, Version 5.05 or higher, electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Bentley MicroStation format Version 05.05, and on the target platform specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT 4.0 operating system. Advanced application software used in preparing drawings shall be delivered in Version 5.05 or higher MicroStation electronic digital format. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the native Intergraph IRAS, Version 5, electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide specifications. In addition to the format specified above, specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. "Year 2000 Compliance: The Architect-Engineer (A-E) shall insure that the hardware, firmware, software, and information technology systems separately or in combination with each other or other elements specified in the documents developed under this contract shall be year 2000 compliant in accordance with FAR 39.106". Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimates will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. One firm-fixed price indefinite delivery, indefinite quantity contract will be negotiated and is anticipated to be awarded in July 2000. The contract will be for a one-year period not-to-exceed $1,000,000 for the basic year and two one-year options not-to-exceed $1,000,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted; any alteration in rate changes from one year to the next as negotiated into the contract will be negotiated as needed between the Government and the A-E. If the Total Estimated Price of the base year or any option year isnot awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. However, the Total Estimated Price of the contract, all three years (if the Government elects to exercise both option years) will not exceed $3,000,000. Task orders shall not exceed the annual contract amount. This announcement is set aside for small businesses. 2. PROJECT INFORMATION: The scope of a given structural engineering design task order may include technical review, inspections, evaluations, preliminary design, and final design of flood control structures (including flood walls, retaining walls, flood channels, conduits, culverts, tunnels, dams, spillways, intake structures, stilling basins, control towers, pumping stations, bridges, spillway gates, bulkhead gates, trash racks, other miscellaneous steel structures, and minor buildings associated with flood control facilities such as gaging houses and valve/gate control houses) and miscellaneous structural features of military projects (including buildings, bridges, etc.). Seismic design/evaluation may require the use of finite element models and time history acceleration data for linear and/or nonlinear analyses. The level of structural engineering work may vary from reconnaissance to feasibility to final design including plans and specifications. The types of submittals may include basis of design reports, inspection reports, calculations, plans and specifications, and review comments. Coordination with other Corps in-house/other disciplines may be required. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "a" through "g" are primary. Criteria "h" through "j" are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in: (1) The performance of a variety of structural engineering design services as described above with all emphasis placed on flood control structures. The selected firm shall have on staff at least one licensed structural engineer in the state of California. (2) Responding firms must indicate computer capability for CADD services (drafting and structural analysis software) and for accessing an electronic bulletin board, Sacramento District's Automated Review Management System (ARMS), and SPECSINTACT. The end result of these designs shall be basis of design reports, structural evaluation reports, calculations, drawings, plans and specifications and in addition, the contractor shall provide electronic data in and/or compatible with vectorized Autocad format or Microstation format (latest versions). Indication of capability with and access to general purpose structural analysis/finite element software with time history and nonlinear capabilities is required. (The Sacramento District currently uses SAP2000 and STAAD III, and has experience with GTSTRUDL.) (3) The Corps of Engineers Computer Aided Cost Estimated System (CACES) may be used to develop design cost estimates. b. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: The primary focus is structural engineering with project management, civil engineering, and surveying capabilities in support roles. The lead firm shall demonstrate the ability to work closely with the geotechnical engineering and hydraulic engineering disciplines. d. Capability of the lead firm to accomplish work in the required time frame including professional qualifications of firm's staff and consultants to be assigned to the projects which are necessary for satisfactory performance in the required services. e. Knowledge of the locality of the projects near the Sacramento District office. f. Firms' size relative to the SIC Code. g. The capability of the firm to comply with FAR 52.219-14 which states "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". h. Volume of DoD contract awards in the last 12 months as described below. i. Location of the firm in the general geographical area of the Sacramento District office. j. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submission requirements. Interested small business Architect-Engineer firms having capabilities to perform this work are invited to submit one completed Standard Form 255, (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and one completed SF 254, (11/92 edition) for themselves and all their subcontractors to the office shown above, Attn: A-E Negotiations Unit. In Block 7 of the SF 255, provide resumes for all key team members, whether with the prime firm or subcontractor; list specific project experience for key team members; and indicate manager, design engineer, etc. In Block 9 of the SF 255, responding firms must indicated the number and amount of DoD (Army, Navy, Air Force) contracts awarded in the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In Block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of next business day. No other notificationto firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A-E contracts. All small business responsible sources may submit the required SF 254 and 255 which shall be considered by the agency. See numbered Notes 1, 24 and 26. Posted 04/24/00 (W-SN447924). (0115)

Loren Data Corp. http://www.ld.com (SYN# 0014 20000426\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page