Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,2000 PSA#2589

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

C -- IDIQ MASTER PLANNING SERVICES FOR THE SACRAMENTO DISTRICT SOL DACW05-00-R-0019 DUE 053000 POC Ken Parkinson (916)557-7470 1. CONTRACT INFORMATION: This announcement is set aside for small businesses. A-E services are required to encompass all aspects of Master Planning and Geographic Information Systems (GIS) for Department of Defense installations and bases, municipalities, cities and counties, federal and state agencies. The area of service for the contract(s) is the South Pacific Division of the Corps of Engineers. Services may include Planning, Programming, Engineering Studies, Geographic Information Systems and Computer Aided Design and Drafting, utility studies, Automated Mapping and Facility Management. 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 construction phase for these projects. The SIC code is 8712 with business size standard of maximum $4 million of average annual receipts for its preceding 3 fiscal years. 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. This acquisition is set aside for small businesses. More than one firm may be selected for negotiation. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in June 2000. Each 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. Each task order will be for an amount not-to-exceed $1,000,000. 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 is not 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 be exceed $3,000,000. Task orders shall not exceed the annual contract amount. This announcement is set aside for small businesses. 2. PROJECT INFORMATION: Task Orders to be issued under these contracts may include preparation of U.S. Army and Air Force master plans, or other federal, state, city, municipality, and county agency master planning related documentation to include aerial photography, geographic information systems, preparation of miscellaneous engineering studies involving facilities, infrastructure, utilities and supporting studies related to the comprehensive planning process. Services may consist of preparation of utility analyses/plans, development of project programming documents to include DD Forms 1391s with backup justifications, cost estimates, Project Development Brochures, Requirements Analysis Management Plans, environmental assessments and/or environmental impact statements related to the master planning process, installation design guides and Economic Analyses. Work may also consist of evaluation of requirements for hardware and software, training, needs analysis, management of AM/FM/CADD/GIS systems, coordination and sponsorship of related conferences and the integration of AM/FM/CADD/GIS functions with other engineering systems and analysis models. Work may include the digitization and/or scanning of maps, drawings, plans, photos and building plans with interior utilities. Services may be required to convert digital information to CD or other media for presentation. The firm may be required to place employee(s) at installations or offices for varying lengths of time to provide on-site master planning services, training on systems management, updating and utilizations of AM/FM/CADD/GIS systems and interface of existing databases with other activities. The firm selected may be required to supply macros and user commands for various software packages, environments/languages in a documented format. Work may be performed in an AutoCAD, Intergraph, and ArcView or equal environment. GIS work may be desk top or Internet based. Firms may be required to develop Hyper-Text Mark-up Language (HTML) as the project medium. The firm selected must have the capability to provide new aerial color photography and false color infrared photography, aerial surveys and photogrammetric products, including mapping and may be required to establish horizontal and vertical ground control using global satellite positioning or other techniques. A detailed list of the firm"s equipment including make, model and date of service must be included in the response. Firms desiring consideration will be expected to be accomplished in engineering and planning and have a sound knowledge of military and civilian master planning principals. 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 be only used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in (1) Preparation of U.S. Army and Air Force and civilian master plans, environmental plans, various miscellaneous engineering studies involving facilities, infrastructure and/or operational activities on military installations; (2) preparation of utility analyses/plans, development of project programming documents to include DD Forms 1391s with backup justifications, cost estimates, Economic Analyses; (3) evaluation of requirements for hardware and software, training, needs analysis, management of AM/FM/CADD/GIS systems, coordination and sponsorship of related conferences and the updating, utilization and integration of AM/FM/CADD/GIS functions with other engineering systems, databases and analyses models; (4) ability to provide digitization and/or scanning of maps, drawings, plans, photos and building plans with interior utilities; (5) ability to convert digital information to CD or other media for presentation; (6) on-site master planning services, training on systems management and application; (7) required to supply macros and user commands of various software packages other systems environments/languages related to master planning and GIS; (8) verification of existing databases, database scrubs, database design and development and records conversion; (9) work may be performed in an AutoCAD and ArcView or Intergraph or equal environment; and (10) capability to provide new aerial color photography and false color infrared photography, aerial surveys and photogrammetric products including mapping, and may be required to establish horizontal and vertical ground control using global satellite positioning or other techniques; (11) must have ability to prepare paperless master plan utilizing the Internet World Wide Web (WWW) sites and access data sources from the WWW. b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Professional qualifications of key management and professional staff members in the following disciplines: (NOTE: These Disciplines must be shown in BLOCK 4 of SF 255) Project Manager, Planner, GIS Programmer, GIS Engineer, GIS Systems Administrator, GIS Systems Technician, Civil Engineer, Mechanical Engineer, Electrical Engineer, Structural Engineer, Traffic Engineer, Architect, Photogrammetric Technician, Interior Designer, Graphic Illustrator, Cost Estimator, CADD Operator, Field Survey Crew, Archeologists, Biologists and Ecologist/Environmental Specialist. d. Capacity to accomplish simultaneous tasks. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. e. Knowledge of locality as it pertains to geological features, environmental and climatic conditions and local construction methods used on projects under South Pacific Division jurisdiction and/or location in the general geographic area of specific interest world-wide. 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 contracts awards in the last 12 months as described in Note 24. i. Location of the firm in the general geographical area of the Sacramento District. 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. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested small business Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed of SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. In block 4 of the SF 255, list only the personnel for the office indicated to perform the work in block 3b. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime form or a subcontractor; list specific project experience for key team members; and indicate the tram members role on each listed project (project manager, architect, design engineer, etc.) In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during 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 design quality management plan and organization chart for the proposed team. A project specific design 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 (4:30 pm) 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 business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All small business responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 1, 24 and 26.***** Posted 04/26/00 (W-SN448960). (0117)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000428\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page