Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,2000 PSA#2615

U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001

C -- IDC FOR A-E SVCS PRIMARILY IN SUPPORT OF THE MOBILE DISTRICT'S MISSION IN CENTRAL AND SOUTH AMERICA AND THE CARIBBEAN,& FOR SUPPORT OF THE MILITARY PROGRAM IN SOUTH ATLANTIC DIVISION SOL DACA01-00-R-0051 POC Contact Dewayne Brackins, (334) 694-3743; Contracting Officer, Edward M. Slana WEB: http://www.sam.usace.army.mil, http://www.sam.usace.army.mil. E-MAIL: cesam.plansroom@sam.usace.army.mil, cesam.plansroom@sam.usace.army.mil. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract primarily in support of the Mobile District's mission in Central and South America and the Caribbean, and for support of the military program in South Atlantic Division. This announcement is open to all businesses regardless of size. The contract will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total contract not to exceed up to $1,000,000 for each contract period. (If the $1,000,000 limit for a contract period is exhausted or nearly exhausted prior to 12 months after the start of the period, the option for the next contract period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB), 5% be placed with women-owned small businesses (WOSB) and 1.5% be placed with HUBZone small business. The subcontracting plan is not required with this submittal. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the design, and for A-E services during the construction phase. The cost engineer(s) or estimator(s) for this project must be full-time professional cost engineer(s) or estimator(s). The cost estimates for this project will be required to be prepared utilizing IBM/MS-DOS compatible "MCACES GOLD" estimating software. A firm fixed price contract will be negotiated. The Standard Industrial Classification (SIC) code for this action is 8711. PROJECT INFORMATION: The contract will primarily be used for projects which will include a variety of site/civil designs, such as roads, grading, drainage, parking areas, aircraft aprons, Geotechnical investigations, foundation designs, topographic surveys, and other miscellaneous civil items as well as architectural, mechanical, electrical and structural design including rehab, new construction or a combination thereof. Ancillary environmental work may be associated with these projects. Some projects will include completion of partial designs, including cost estimates, accomplished by in-house (Government) disciplines. Projects will also include design/build proposal packages requiring A-E selection and design review assistance. Designs must be provided in metric format. Engineering drawings shall be prepared on computer-aided design and drafting (CADD) systems in accordance with the Tri-Service CADD Standards. Technical specifications shall be prepared with Spec Intact Software utilizing Corps of Engineers Guide Specifications. SELECTION CRITERIA: See Note 24 in the Monday publication of the Commerce Business Daily for general 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 thru E are primary. Criteria F thru H are secondary and will only be used as "tie-breakers" among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Civil Engineer; (2) Architect; (3) Electrical Engineer; (4) Geotechnical Engineer; (5) Structural Engineer; (6) Mechanical Engineer; (7) Environmental Engineer; (8) Cost Estimator. Evaluation of each discipline will consider education, registration, and relevant experience. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, registration, and relevant experience in the type work required; B. Specialized Experience and Technical Competence in: (1) Site/Civil Design; (2) Architectural Design; (3) Experience with design/build proposal documents in Latin America; (4) Experience with site investigation and design for projects in Central and South America; (5) Experience in Environmental design and permitting; (6) Experience using automated cost estimating systems including IBM/MS-DOS compatible "MCACES GOLD" estimating software; (7) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $200,000 individual task orders simultaneously; D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Knowledge of Locality: (1) Knowledge of work in Central and South America and the Caribbean with respect to local construction standards, techniques, and materials; (2) Demonstrated ability to communicate in the Spanish language by members of the consultant team; F. Geographic Location: Geographic location with respect to Southeastern United States; G. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned 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 DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the Commerce Business Daily for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and one (1) completed copy of their SF 254 for themselves and one for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 12 July 2000. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after the closing date of this announcement. In Block 2b include RFP Number and in Block 3a list two (2) principal contacts of firm. Include ACASS number in Block 3b of the SF 255. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must indicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. 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. Response to Block 10 is limited to 25 pages. This is not a request for proposal. Solicitation packages are not provided. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec. Posted 06/02/00 (W-SN461001). (0154)

Loren Data Corp. http://www.ld.com (SYN# 0022 20000606\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page