Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,2000 PSA#2612

US Army Engineer District St Louis CE, Attn: CEMVS-CT, 1222 Spruce Street, Rm 4.207, St Louis, MO 63103-2833

C -- NDEFINITE DELIVERY CONTRACT FOR MISCELLANEOUS ENGINEERING AND ARCHITECTURAL DESIGN WITH COMPUTER AIDED DESIGN AND DRAFTING (CADD) SERVICES FOR AREAS SELECTED BY THE ST. LOIUS DISTRICT, U. S. ARMY CORPS OF ENGINEERS SOL DACW43-00-R-0720 DUE 062900 POC Engineering and Contracts Management Branch, Richard 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. 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 ohter notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a request for proposal (RFP). (See Note 24) Posted 05/30/00 (W-SN459563). (0151)

Loren Data Corp. http://www.ld.com (SYN# 0029 20000601\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page