Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,2000 PSA#2605

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS A-E SERVICES ON DEFENSE LOGISTICS AGENCY PROJECTS UNDER JURSIDICTION OF LOS ANGELES DISTRICT POC Mr. Dave Taylor at 213-452-3983 (Technical Questions) or Ms. Diane C. Thomas at 912-652-5728 WEB: U.S. Army Corps of Engineers, Savannah District, Contracting, www.sas.usace.army.mil. E-MAIL: Diane C. Thomas, diane.c.thomas@sas02.usace.army.mil. 1. CONTRACT INFORMATION: The Los Angeles District, U.S. Army Corps of Engineers, requires the services of an Architect-Engineer firm for one Multidiscipline Indefinite Delivery/Indefinite Quantity contract for miscellaneous A-E services to include but not be limited to facility condition surveys, inspection, study and, design of additions, alterations and repairs to facilities under the control of the Defense Logistics Agency (DLA) located on military installations in states west of the Mississippi River to include AK and HI. The contract will be procured by Savannah District and administered by Los Angeles District. The contract will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years. The total of all task orders during each ordering period may not exceed $500,000. Individual task orders may not exceed $500,000. The total amount of each contract over the three-year ordering period may not exceed $1,500,000. This announcement is opento all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, HUBZone small business, small woman-owned business, and small disadvantaged business on their SF 255. If selected the large business offeror will be required to submit a small/small disadvantaged & women owned business subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 62% TO SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 1.5% HUBZone small business (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontracting goals on the SF 255, Block 6. Written justification must be provided if the minimum goalscannot be provided. For additional information please contact Ms. Diane Thomas, Contract Specialist, at 912/652-5728. **** 2. PROJECT INFORMATION: Task Orders to be issued under this contract will be for A-E Services related to facility condition surveys, investigation, study and design of projects related to additions, alterations and repair of timber, reinforced concrete, masonry, and steel framed structures, paved storage areas, parking, drainage and utility systems, engineering studies, project planning, topographic survey to support designs, lead-based paint and asbestos sampling/analysis/abatement design and air monitoring during the abatement/construction process, shop drawing review, construction phase services and preparation of O&M Manuals. Design files will be required in Bentley's Microstation and AutoCad and must be developed using the Tri-Services AEC Standard. See http://tsc.wes.army.mil . **** 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e is primary. Criteria f-g is secondary and will be used as "tie-breakers" among technically equal firms. **** a. Specialized experience and technical competence in: (1) Structural inspection, study & design of additions, alterations and repairs to timber, reinforced concrete, masonry, and steel framed structures. (2) General expertise in engineering disciplines listed in criteria c below to perform inspection, study, and design of facility additions, alterations and repair. (3) Preparation of designs in Bentley's Microstation and AutoCad formats. (4) Engineering designs/studies and project planning. (5) Topographic surveying. (6) Lead based paint and asbestos sampling/analysis/abatement design and air monitoring during abatement/construction process. (7) Shop drawing review, construction phase services and preparation of O&M manuals. **** b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. **** c. Capacity to accomplish multiple simultaneous task orders and provide staff in the following disciplines: architect, civil, structural, mechanical, fire protection and electrical engineers, industrial hygienists, and topographic surveyors. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline. **** d. Professional qualifications of key management and professional staff members. The design team must include a Registered Fire Protection Engineer whose principle duties are fire protection engineering or a Registered Fire Protection Engineer whose principle duties are fire protection engineering or a Registered Architect or Registered Engineer who is a full member in good standing of the Society of Fire Protection Engineers (SFPE). **** e. Knowledge of locality is not a consideration in this selection. **** f. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. **** g. Volume of DoD contract awards in the last 12 months as described in Note 24. **** 4. SUBMISSION REQUIREMENTS: . Interested firms must submit ONE (1) copy of SF 255 (11/92 edition) for prime and ONE (1) copy of SF 254 (11/92) for prime and all consultants to the following addresses: US Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Karen Cooper), 100 W. Oglethorpe, Savannah, GA 31401-3640 and U.S. Army Engineer District, Los Angeles, ATTN: CESPL-PM-M (David Taylor), 911 Wilshire Blvd, Los Angeles, CA 90053-2325 not later than close of business the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Holiday, the deadline is the close of business of the next business day. FIRMS MUST INCLUDE PRIME'S ACASS NUMBER in block 3b of SF 255. For ACASS information call 503/808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. **** PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. **** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. **** THIS is NOT a REQUEST for a PROPOSAL. Posted 05/18/00 (W-SN456244). (0139)

Loren Data Corp. http://www.ld.com (SYN# 0022 20000522\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page