Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 28, 2000 PSA #2695
SOLICITATIONS

C -- IDT FOR ENGINEERING AND OTHER RELATED SERVICES FOR MISCELLANEOUS PROJECTS FOR SECURITY ENGINEERING AND PROTECTIVE FACILITIES WORLDWIDE

Notice Date
September 26, 2000
Contracting Office
U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978
ZIP Code
68102-4978
Solicitation Number
DACA45-00-R-0026
Point of Contact
Please note POCs in Item #17
E-Mail Address
Contractual POC Dawn Thompson, 402-221-4811, fax 402-221-4530 (dawn.e.thompson@usace.army.mil)
Description
INDEFINITE DELIVERY CONTRACT FOR Engineering and Other Related Services for Miscellaneous Projects for Security Engineering and Protective Facilities Worldwide, SIC Code 8711, NAICS code 541330. SOL DACA45-00-R-0026 For procedural questions: Chuck Paukert (402) 221-4403 Technical questions: Dan Kurmel (402) 221-3073 Contract questions: Dawn Thompson (402) 221-4811 CONTRACT INFORMATION: Engineering services are required for indefinite delivery type contracts for security engineering and protective facilities worldwide under the authority of the Omaha District, U.S. Army Corps of Engineers, Omaha, NE. The Government contemplates award of two indefinite delivery type contracts consisting of one basic year with four option years. The first contract will be set aside for small business with a cumulative contract amount of $1,500,000 ($300,000 per year). The second contract will be unrestricted, open to both large and small business, with a cumulative contract amount of $3,500,000 ($700,000 per year). Delivery orders will be issued from time to time during the contract period as the need arises. The amount of the delivery order will not exceed the contract amount in any period. Allocation of task orders from among firms with IDT contracts for similar work will be based on the following factors: specialized knowledge or expertise which would significantly benefit a specific customer or enhance execution, past experience with a specific customer or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution or at the discretion of the Contracting Officer. It is the Government's intent to allocate a 70%-30% distribution of work. If a large business is selected for one of these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to contract. This plan is not required with this submittal. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2000: Small Business, 61.2% of planned subcontracting dollars, to include Small Disadvantaged Business, 9.1% of planned subcontracting dollars; Women Owned Small Business, 5.0% of planned subcontracting dollars; Hubzone, 1.5% of planned subcontracting dollars; and HBCU/MI, 11% of planned subcontracting dollars. PROJECT INFORMATION: Task orders under this contract may include work such as facilities that resist the effects of nuclear weapons, chemical weapons, biological weapons, conventional weapons, accidental explosions, improvised weapons, explosives, impact loads, forced entry tools, terrorist attacks, small arms, and surveillance and eavesdropping tools. However, technical areas shall also include more general problems that involve the application of engineering principles, including security engineering and vulnerability surveys for antiterrorism/force protection. The services provided in these technical areas shall include studies, investigations, reports, evaluation/modification of existing facilities, analysis of structural and mechanical systems using computer methodologies; and development of computer automated tools that support activities performed by others. Some of the work to be completed under this contract will support construction projects. The Contractor may also be asked to teach security engineering or hardened structures design. Security clearances may be required on some delivery orders. SELECTION CRITERIA: Criteria for selection, in order of importance, are: (a) recent specialized experience and technical competence of the firm (including consultants) in the following areas: 1. Weapons Effects/Structural Analysis includes: Determination of conventional weapon characteristics given only the weapon designation, Conventional weapon threat assessment related to facility siting and construction, Vulnerability analysis of individual structures given only the weapons and attack scenarios, Prediction of free field air-blast parameters and waveforms caused by explosive detonation or deflagration in free air or near the ground surface. Prediction of reflected air-blast inside of rooms and air-blast propagation in ducts. Applying air-blast loads on and around structures or other obstructions using two or three-dimensional Eulerian based general-purpose computer software, Prediction of free field ground shock parameters and waveforms, Application of ground shock loads on structures and soil structure interaction phenomena, Prediction of weapon penetration and perforation of concrete and other materials and prediction of weapon penetration paths in soil and through structures, Prediction of cratering and ejecta from near surface, surface, and below ground detonations. Prediction of debris scatter from explosions inside of structures, Prediction of fragmentation patterns, fragmentation density, maximum fragment size, and maximum fragment velocity caused by the explosion of cased munitions, Calculation of the dynamic response of steel structures, of composite reinforced concrete structures, and of composite structural steel and concrete structures, caused by blast effects. Response calculations shall incorporate nonlinear material behavior and strain rate effects. Simple single degree of freedom and multi-degree of freedom analysis may be required. Calculation of in-structure shock caused by conventional or nuclear weapon effects using multi-degree of freedom models, Calculation of shock response spectra and determination of equipment fragility spectra. Analysis of multi-degree of freedom shock isolation systems with a rigid or flexible mass and linear or nonlinear isolators, Analysis of ground shock and structure response using general-purpose computer programs capable of modeling a combined soil and structure continuum. The analysis shall incorporate material nonlinearities, Analysis of impact, penetration, and perforation phenomena using general-purpose computer programs capable of modeling a continuum of steel, concrete, and soil materials. The analysis shall incorporate both material and geometric nonlinearities, Development of chemical and biological protection concepts. Analysis of system thermal response and heat flow using continuum models. Reliability analysis of mechanical and electrical systems and reliability based weapon effects prediction and structural analysis. Capabilities to investigate, analyze, and test for electromagnetic pulse (EMP), high-altitude EMP (HEMP), effects and recommend/design countermeasures to mitigate effects, Sampling, testing, or investigation of facility construction materials to determine constitutive properties. Testing, instrumentation and documentation of testing of structural components against blast, fragment, ballistic, forced entry, and explosively formed penetrator threats, and for crash testing of vehicle barriers. 2. Antiterrorism/Force Protection, Security Engineering, and Vulnerability Assessments. Formulation of plans or planning procedures for integrated security engineering solutions to mitigating complex, multiple tactic threats to assets, including combinations of criminal, terrorist, and/or espionage related threats. Solutions must be integrated across building, sitework, and electronic security system components. Provide capabilities to investigate and analyze protective measures for acoustical eavesdropping threats as defined in the TM 5-853 series. The Contractor will become familiar with the most current edition of DIAM 50-3, "Physical Security Standards for Sensitive Compartmented Information Facilities" (SCIF). Application of engineering for all aspects of commercial and military electronic security systems (ESS) to include, but not limited to, Joint-Service Interior Intrusion Detection System (J-SIIDS) and Integrated Commercial Intrusion Detection System (ICIDS). Performance of security engineering site surveys (vulnerability assessments) that address the identification of threats to assets, the vulnerabilities of assets to those threats, and the protective measures to mitigate the threats. The threats may include criminal, terrorist, or espionage related tactics. Capabilities to investigate, analyze, and test for electromagnetic interference (EMI) and compromising emanations (TEMPEST effects) and recommend/design countermeasures to mitigate the effects. 3. Management. Overall capability of management to pull the expertise of all the team together to produce a quality final product. We will be evaluating your team on your general management of delivery order tasks including your organizational structure identifying key individuals and their management duties with respect to the delivery orders; list of subcontractors showing when and how you plan to use them and how they will be integrated into the team; and work scheduling and quality control procedures to be used in contract performance. 4. Design Criteria Development and Training. Capabilities to develop design manuals and design aids related to the fundamentals of protective design and security engineering. Capabilities to develop and conduct fundamental and advanced training classes on the protective design and security engineering subjects. Capability to do extensive literature searches for related materials. 5. Software Applications/Development. Formulating, writing, documenting, and validating user friendly computer software for applications in the areas of security engineering and nonlinear structural response to weapons effects. (b) Quality control procedures and team organization, including consultants as described in the Management Plan (see SUBMITTAL REQUIREMENTS). The selected firm must be able to provide products that meet guidance, criteria and quality standards without detailed review by the District. The firm must also present a logical team organization that provides an effective method of coordination and communication between the individual team members as well as consultants. (c) Professional qualifications and specialized experience of the proposed team members (including consultants) in providing services similar to those listed above. (d) Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. (e) Past performance on previous contracts with respect to cost control, quality of work, and compliance with performance schedules. (f) Extent of participation of SB, SDB, and, if appropriate, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (g) Volume of DOD contract awards in the last 12 months with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-ED, ATTN: Chuck Paukert, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than 4:00 PM CST on October 31, 2000. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The plan should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS). If firms has no number, so state, In block 6 of SF 255 provide the ACASS firm number for any consultants. If firm has no number, so state. To receive information on how to obtain an ACASS number, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices will not be scheduled.
Web Link
Omaha District Advertised Solicitations (http://ebs.nwo.usace.army.mil/ebs/contract.htm)
Record
Loren Data Corp. 20000928/CSOL002.HTM (W-270 SN500997)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 27, 2000 by Loren Data Corp. -- info@ld.com