Loren Data Corp.

'

 
 

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

U.S. Army Engineer District, Norfolk, Attn: CENAO-CT, 803 Front Street, Norfolk, Virginia 23510-1096

C -- A-E SERVICES ARE REQUIRED FOR INDEFINITE DELIVERY CONTRACTS FOR ENVIRONMENTAL SERVICES FOR PROJECTS UNDER THE JURISDICTION OF THE NORFOLK DISTRICT, CORPS OF ENGINEERS SOL DACA65-00-R-0013 POC Debbie Gray, 757-441-7551 E-MAIL: Debbie Gray, debora.s.gray@usace.army.mil. 1. CONTRACT INFORMATION: A-E services are expected to be required for a variety of projects, primarily environmental in nature. The types of contracts proposed are Indefinite Delivery Contracts (IDCs). These services are procured in accordance with PL 92-582 (Brooks A/E Act) and FAR Part 36. Approximately two contracts may be awarded with a base period not to exceed on 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. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The cumulative value of all task orders, including the base period and two option periods, will not exceed $3,000,000. Work will be issued by negotiated firm-fixed price task orders. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, uniquely specialized experience, current capacity to accomplish the order in the required time, and equitable distribution of work among contractors. The contracts are anticipated to be awarded between July 2000 and September 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 that part of the work it intends to subcontract. The subcontracting goals for the Norfolk District, which will be considered by the contracting officer, are that a minimum of 50% of a contractor's intended subcontract amount be placed with a small business (SB), including small disadvantaged businesses (SDB), and 5% be placed with SDB. This procurement is classified under SIC Code 8711. The plan is not required with this submission. The wages and benefits of service employees (see FAR 22, 10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: A-E services may include site investigations, sample collection, laboratory analyses, studies, reports, technical assistance, preparation of plans and specifications, cost estimates, environmental assessments, historical preservation plans, land fill closure plans, Virginia pollution discharge elimination system permits, site characterization reports and design work involved with identification and remediation of, but not limited to contaminates such as asbestos, lead paint and petroleum hydrocarbons. Site visits during construction (optional). 3. 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. Criteria f-g are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence: (1) Demonstratedexperience by the prime firm and its consultants in the type of work required; (2) Demonstrated experience by key members of the project team in the type of work required. (3) Computer Resources firms must indicate in Block 10 of the SF 255 the following items: (a) accessibility to and/or familiarity with the Construction Criteria Base (CCB) system, including the ability to produce .pdf format specifications. This shall include as a minimum, the SPECSINTACT specification system, the MCACES estimating system, and the ARMS review management system; (b) demonstrated CADD capability with capacity to produce output files in ".DXF" or ".DWG" file format, including production of .cal format files for solicitation purposes; (c) access to a Hayes compatible modem 5600 baud or better; (d) accessibility to and/or familiarity with gINT for Windows software. b. Professional qualifications: (1) The design team must possess experienced, registered personnel in-house specializing in CIVIL/ENVIRONMENTAL and CHEMIST disciplines. Also required (in-house or by the use of consultant) are registered professional personnel in the ARCHITECTURE, STRCTURAL, MECHANICAL and ELECTRICAL ENGINEERING disciplines. All Engineer and Architect personnel shall possess a current professional registration. (2) An INDUSTRIAL HYGIENIST, with a current certificate in comprehensive practice from the American Board of Industrial Hygiene (ABIH), is required and copy of his/her ABIH Certificate must be included in Block 10 of the SF 255. (3) A Project Team Management Plan including team organization and proposed method of carrying out the work to meet specific individual delivery order requirements and schedules. (4) The testing laboratory to be used must be certified by the Missouri River District Laboratory, of the Army Corps of Engineers. C. Capacity to accomplish the work in the required time: Firms must demonstrate ability of the design team to completed the project as scheduled. d. Past performance on DOD and other contracts: (1) ACASS evaluations (superior performance evaluations on recently completed projects is advantageous); (2) Letters of evaluation/recognition by other clients; (3) Cost control and estimating performance as a percentage deviation between the final estimate and low bid on similar TYPE and SIZE projects; (4) On-time delivery of designs for DOD and similar projects. e. Knowledge of the Locality: as described in Note 24. F. Geographic Proximity: Location of the firm in the general geographic area of the Norfolk District, COE. g. SB and SDB PARTICIPATION: Extent of participation of small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. h. Equitable Distribution of A-E Contracts: Volume of DOD contract awards in the last 12 months. Equitable distribution of contracts among qualified A-E firms, including minor9ity-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DOD contract. Considerations may include: (1) ACASS retrievals; (2) Current workload as listed in Block 9 of the SF 255; and (3) Equitable distribution of contracts among qualified A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DOD contracts which will only be considered when used as a "tie-breaker". 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 255 (11/92 edition) for the design team and single copies of current SF 254 (11/92) for the prime firm and each consultant, to the above address not later than the close of business on the 30th day after the date of this announcement. For the purpose of this notice, day number one is the day following the date of publication. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business of the next business day. The revised 11/92 edition of the SF255 (NSN 7450-01-152-8074) & SF254 (NSN 7540-01-152-8073) is required. Forms may be obtained through GPO at (202)512-0132. The SF 255 must also include the following: a. Firms with more than one office (1) Block 4: distinguish, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Block 7c: each key person's office location; b. Block 3: prime firm's ACASS # and distance (in terms of POV driving miles) from address of office to perform the work and the Norfolk District. For ACASS information, call 503-326-3459; c. Block 7f: registrations must include the year, discipline and state in which registered; d. Block 8b: Include a descriptive project synopsis of major items of work; e. Block 9. Indicate fee in terms of thousands of dollars, not percentage of work completed. f. Block 10. Describe owned or leased equipment that will be used to perform this contract, CADD capabilities, and provide an organizational chart including all key elements of the design team demonstrating the firm's understanding of and ability to execute projects under the contract. Describe demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design (FAR 36.602-1(a)(6)). Submittals by facsimile transmission will not be accepted and will be considered nonresponsive. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED. Posted 04/24/00 (W-SN447847). (0115)

Loren Data Corp. http://www.ld.com (SYN# 0018 20000426\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page