|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,2000 PSA#2608US Army Engineer District St Louis CE, Attn: CEMVS-CT, 1222 Spruce
Street, Rm 4.207, St Louis, MO 63103-2833 A -- INDEFINITE DELIVERY A-E CONTRACT FOR MISCELLANEOUS ENGINEERING
AND ARCHITECTURAL DESIGN WITH COMPUTER AIDED DESIGN AND DRAFTING (CADD)
SERVICES FOR SELECTED AREAS BY THE ST. LOUIS DISTRICT, U. S. ARMY CORPS
OF ENGINEERS SOL DACW43-00-R-0720 DUE 062900 POC Cost Engineering and
Contracts Management Branch, Rick Siemons, (314-331-8208), Contracting
Officer, Archie C. Ringgenberg, (314) 331-8505 WEB:
http://mvs-www.mvs.usace.army.mil/ct/ct.htm,
http://mvs-www.mvs.usace.army.mil/ct/ct.htm. E-MAIL:
Joan.C.Brickey@mvs02.usace.army.mil,
Joan.C.Brickey@mvs02.usace.army.mil. I. CONTRACT INFORMATION: Services
of qualified Architect-Engineer (A-E) firm is sought to provide
miscellaneous engineering and architectural design with computer-aided
design and drafting (CADD) services for the St. Louis District and
other State, Local and Federal agencies. The boundaries of the St.
Louis District Corps of Engineers will be the primary geographical area
but the Government, at its discretion and concurrence of the
Contractor, may request the contractor to perform work in other
geographic areas. One indefinite delivery contract will be negotiated
and awarded, with a base period not to exceed one year and two option
periods not to exceed one year each. The amount of work in the contract
period will not exceed $1,000,000. An option period may be exercised
when the contract amount or the contract time for the base period or
preceding option period has been exhausted or nearly exhausted. Work
will be issued by negotiated firm fixed-price task orders not to exceed
the contract period amount. The contract is anticipated to be awarded
in September 2000. The Government's minimum obligation under this
contract is $20,000 for the base year and $10,000 for the option
periods, if exercised. The 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 are a minimum of 61.4% of the contractors
intended subcontract amount be placed with small businesses (SB),
including small disadvantaged businesses (SDB), 9.1% be placed with SDB
and 5% with woman-owned small businesses (WOSB). The plan is not
required with this submittal. II. PROJECT INFORMATION: The services
will be applicable to civil works such as locks and dams, gatewell
drainage structures, levees, roads, railroad closure structures,
project visitor center buildings, administration and maintenance
buildings and facilities, and miscellaneous small projects at locks and
dams and reservoir projects. Use of the metric-system of measurement
may be required for some deliverables under the proposed contract,
however, metric system experience is not a selection criteria and is
not required for selection. Firms considered must have a full range of
design capability for these types of projects. III. SELECTION
CRITERIA: See Note 24 for general selection process. The selection
criteria, is in descending order of importance (first by major
criterion and then by each sub-criterion). Criteria a -- d are primary.
Criteria e -- g are secondary. a. Specialized Experience and Technical
Competence: (1) Corps civil works project design, both large and
small; (2) preparation of Corps civil works construction contract plans
using CADD; (3) preparation of Corps civil works construction contract
specifications; (4) design documentation reports and feasibility
studies; (5) compatibility of CADD system and ability to interface with
the St. Louis District's Intergraph system; (6) Design quality
management procedures to include Quality Control Plans specifically;
(7) Effectiveness of the project team including management structure;
coordination of disciplines, offices and/subcontractors; and prior
working relationships; (8) Construction cost estimating and preparation
of estimates using MCACES; (9) Demonstrated success in prescribing the
use of recovered materials and achieving waste reduction and energy
efficiency in facility design. b. Professional Qualifications:
Qualified and registered key personnel in the disciplines of
structural, civil, geotechnical, mechanical, and electrical
engineering. Qualified and registered key personnel in the disciplines
of architectural and landscape architecture. Qualified engineering and
architectural technicians.c. Past performance on DoD and other
contracts with respect to quality of work, cost control and compliance
with performance schedules. d. Capacity to Accomplish the Work: (1)
Ability to meet overall project or certain phase schedules; (2) Ability
to accomplish up to three major task orders simultaneously. e. Extent
of participation of small businesses (including women-owned), small
disadvantaged businesses, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the estimated effort. f. Geographic Proximity to the St.
Louis District. g. Volume of DoD contract awards in the last 12 months
as described in Note 24. IV. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Interested firms having capabilities
to perform this work must submit one copy of SF 255 and one copy of SF
254 edition for the prime firm and all consultants to the above address
not later than the close of business on the 30th day after the date of
this announcement. If the 30th day is a Saturday, Sunday or Federal
holiday, the deadline is the close of business of the next business
day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS
information, call(503) 326-3459. Submittals should be sent to the above
address, ATTN: CEMVS-ED-C and shall make reference to solicitation
number DACW43-00-R-0720. No other notification to firms under
consideration for thiw work will be made. Solicitation packages are not
provided. This is not a request for proposal (RFP). Posted 05/23/00
(W-SN457747). (0144) Loren Data Corp. http://www.ld.com (SYN# 0005 20000525\A-0005.SOL)
A - Research and Development Index Page
|
|