COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660 Department of the Army, Memphis District, Corps of Engineers, 167 N
Main St, Rm B202, Attn: CEMVM-CT, Memphis, TN 38103-1894 C -- ONE INDEFINITE DELIVER TYPE ARCHITECT-ENGINEER CONTRACT FOR
ENGINEERING AND DESIGN AND RELATED SERVICES FOR PROJECTS WITHIN THE
BOUNDARIES OR ASSIGNMENTS OF THE MEMPHIS DISTRICT SOL DACW66-00-R-0007
DUE 091300 POC Wendell N. Norman, Chief, Construction /A-E Contracts
Branch -- 901/544-0775 WEB: Memphis District Corps of Engineers,
http://www.mvm.usace.army.mil. The services to be procured under this
announcement are classified in Standard Industrial Classification Code
8711. One indefinite delivery type contract will be entered into as a
result of this announcement. The proposed procurement listed herein
will be an unrestricted procurement, and submittals from large and
small businesses will be considered. Firms are considered to be small
business concerns, if the firm's average annual receipts from the
proceeding three fiscal years do not exceed $4.0 Million. 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
for this contract are a minimum of 61.4% of the contractor's intended
subcontract amount be placed with small business (SB) including 9.1% to
small disadvantaged businesses (SDB) and 5% to women-owned businesses
(WOB). The subcontracting plan is not required with this submittal.
Firms with demonstrated specialized experience, competence and
qualifications pertinent to structural engineering, mechanical
engineering, and electrical engineering are desired for consideration.
The services required under this contract may include geotechnical,
hydraulic, hydrology and sedimentation, safety, civil engineering,
surveying, soil boring and testing, and construction quality assurance
capabilities to supplement the design services. The contract services
performed under this contract support the Engineering Division of the
Memphis District in the preparation of reports, memorandums, plans,
specifications, and cost estimates. 2. PROJECT INFORMATION: Work areas
will normally be within the boundaries of the Memphis District (which
includes portions of AR, IL, KY, MO, MS, and TN). The contract is
anticipated to be awarded in January 2001, with the contract period of
service not to exceed one calendar year from issuance of the contract
award, or expenditure of the contract amount, whichever occurs first.
Work to beperformed is subject to satisfactory negotiation of
individual task orders not to exceed $1,000,000 each or a total of
$1,000,000 for the initial year of the contract. The basic contract
will include two options to extend the contract period one calendar
year for each option and to expend an additional $1,000,000 for each
option. 3. QUALIFICATIONS: Firms must demonstrate in their submission
the ability to meet the following requirements: (A) Adequate
professional personnel with experience in structural engineering,
mechanical engineering, and electrical engineering, geotechnical,
hydraulic, hydrology and sedimentation, safety, and general civil
engineering, surveying, subsurface exploration, construction quality
assurance and computer technology to produce quality reports,
memorandums, plans, specifications, and cost estimates. (B) Sufficient
technical and administrative personnel to ensure expeditious
completion of required services. (C) Adequate experienced professional
personnel and computer equipment to deliver final Computer Aided
Design and Drafting (CADD) System drawings in an electronic format
compatible with the INTERGRAPH system of the Memphis District. (D)
Ability to provide specifications and plans in Electronic Bid Set (EBS)
format on CD-ROM media (information about EBS is available at the
following web site: http://tsn.wes.army.mil/TSNSoftware.asp). (E)
Adequate experienced professional personnel and computer equipment to
provide project management using software, such as Open Plan or
Microsoft Project, which supports the .mpx format. 4. EVALUATION
CRITERIA: Selection will be based on the following four primary
criteria (A, B, C & D) and three secondary criteria (E, F, & G). All
criteria are shown in descending order of importance: (A) Specialized
Experience. Firms must demonstrate specialized experience, competence,
and qualifications in structural, mechanical, and electrical
engineering, geotechnical, hydraulic, hydrology and sedimentation,
safety, general civil engineering, construction quality assurance, and
computer engineering, in the design of structures such as pumping
stations, bridges, gated culverts, weirs, small buildings, flood
control channels, and related embankments. This experience should also
include investigation and design for rehabilitation or alterations to
existing structures and related project features. (B) Professional
Qualifications. The prime firm and/or its sub-contractor(s)
(hereinafter referred to collectively as "firm") must have a registered
Professional Engineer in the disciplines required on staff. The firm
should indicate professional recognition, professional associations,
advanced training, and specific work experience of key personnel. (C)
Capacity. Firms must demonstrate sufficient personnel and equipment in
the disciplines necessary to conduct the required work in an efficient
manner. (D) Past Performance. Performance evaluations on previous
contracts with Government agencies, including DOD, and private industry
in terms of cost control, quality of work,and compliance with
performance schedules will be considered. The following three secondary
criteria (E, F, & G), which are listed in descending order of
importance, will be used as "tie-breakers" among equally ranked firms
after evaluation by the primary criteria; (E) Geographical Location.
Proximity of the firms' offices where the work will be managed,
coordinated, and CADD work performed to Memphis, TN will be given
consideration. (F) Small Business Considerations. Consideration will be
given to firms intending to subcontract in a manner that contributes
toward the Memphis District's subcontracting goals shown under 1.
above. If the prime firm can be considered a small business (the firm's
average annual receipts from the preceding three fiscal years does not
exceed $2.5 Million), show the firm's average annual receipts from the
preceding three fiscal years and state the prime firm is a small
business. If the prime firm can be considered a large business, then
show the amount the prime firm intends tosubcontract. Of this intended
subcontract amount, show the amount the prime firm intends to
subcontract to Small Business, to Small Disadvantaged Business, and to
Women Owned Business along with the percentage of the intended
subcontract amount for each one. (G). Volume of DOD Work. Consideration
will be given to the volume of work previously awarded and contractor
earnings assigned to the firm by DOD in the last 12 months (July 1,
1999 to July 1, 2000), with the object of effecting an equitable
distribution of DOD A-E contracts among qualified A-E firms, including
small and small disadvantaged business firms, and firms that have not
had prior DOD contracts. 5. SUBMITTAL REQUIREMENTS: Interested firms
having the capabilities to perform these services must submit one copy
of SF 255 (11/92 Edition) for the prime and one copy of SF 254 (11/92
Edition) for the prime and all sub-contractors to: Mr. Alan Cardwell,
CEMVM-ED-S, Memphis District, Corps of Engineers, 167 North Main
Street, B-202, Memphis, TN 38103-1894, no later than close of business
(COB) (4:00 PM Central) 13 SEP 2000. The solicitation number should be
included in Block 2b of SF 255. Include in Block 3b the firm's ACASS
number. If not available, phone the ACASS Center at 503-326-3459 to
obtain a number. In Block 10 of the SF 255, firms are requested to
clearly and succinctly address all qualification requirements listed
under Items 3 and 4 above. All DOD contracts awarded to the firms and
its affiliates (not to include sub-contractors) during the 12-month
period of July 1, 1999 to July 1, 2000 should be shown, including the
contract amount and whether the contract includes an option year and
option amount. Firms are also required to show the total amount of DOD
contract earnings within the 12-month period stated above by the firms
as prime contractor, without regard to the award date of the
contract(s). Also in Block 10, firms are requested to provide a
detailed list of all pertinent field and office equipment to be used on
this contract that distinguishes ownership between prime and
subcontractors, if used. Similarly in Block 10, describe the firm's
overall quality management plan, including management approach,
coordination of disciplines, field crews, and subcontractors, and
quality control procedures. A contract specific quality control plan
must be prepared and approved by the Government as a condition of
contract award, but is not required with this submission. Letters,
including transmittal letters, photographs, brochures and other
promotional literature are not desired nor will be considered.
Solicitation packages are not provided to interested firms for A-E
contracts before final firm selection. This is not a request for
proposal. ***** Posted 08/07/00 (W-SN483181). (0220) Loren Data Corp. http://www.ld.com (SYN# 0025 20000809\C-0002.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 7, 2000 by Loren Data Corp. --
info@ld.com
|
|
|