COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31, 2000 PSA #2717
SOLICITATIONS
C -- INDEFINITE DELIVERY CONTRACT FOR DESIGN/EVALUATION OF RAILROADS AND ROADWAYS, WORLDWIDE
- Notice Date
- October 27, 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
- DACA45-01-R-0001
- Response Due
- November 27, 2000
- Point of Contact
- Technical Questions: Dan Boyer at 402-221-7266;Contracting questions: Diana Vanderzanden at 402-221-4044
- E-Mail Address
- Diana L. Vanderzanden (diana.l.vanderzanden@usace.army.mil)
- Description
- INDEFINITE DELIVERY CONTRACT FOR Design/Evaluation of Railroads and Roadways Worldwide SIC Code 7389, NAICS Code 541330 For procedural and/or technical questions: Mr. Dan Boyer at (402) 221-7266 Contract questions: Diana Vanderzanden (402) 221-4044 See the bottom portion of this CBD for SUBMITTAL REQUIREMENTS. Read Carefully. CONTRACT INFORMATION: Work under this contract will include the Design/Evaluation of Military and Public Works Railroads and Roadways at locations throughout CONUS (Continental United States) and OCONUS (Outside CONUS). The Government contemplates award of one (1) Indefinite Delivery Type Contract consisting of one basic year with four (4) option years. This contract will be unrestricted, open to both large and small business, with a cumulative contract amount of $5 Million ($1,000,000 per year). The base period and any option periods may not exceed one (1) year. A contract option may be exercised before the expiration of the base contract period or preceding option period if contract amount for the base period (or preceding option period) has been exhausted or nearly exhausted. Each delivery order under this contract will not exceed $1,000,000.00 with cumulative amount of contract not to exceed $1,000,000.00 per performance period. Each Option period will be awarded for an amount not to exceed $1,000,000.00. The delivery orders will be issued from time to time as the need arises during the contract periods and may be issued by any of the Corps of Engineers offices. Contract award is anticipated in February 2001. Types of services required will include site investigations, studies, reports, concept design, final design and construction phase services. The contracts will be awarded in order of the selection board's ranking of the selected firms. The ranking will be based on the items listed in SELECTION CRITERIA below. Submitters are advised that one or both contracts may not be awarded if not supported by sufficient workload. Allocation of delivery orders from among firms awarded contracts will be based on the following factors: specialized knowledge or expertise that 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 delivery orders; magnitude of delivery order relative to remaining contract capacity; equitable workload execution. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 61.2% of the contractor's intended subcontract amount be placed with Small Businesses (SB), 9.1% be placed with Small Disadvantage Businesses (SBD), and 5.0% be placed with Women Owned Small Businesses (WOSB); Hubzone, 1.5% of planned subcontracting dollars; and HBCU/MI, 11% of planned subcontracting dollars. PROJECT INFORMATION: Delivery orders under this contract may include design and evaluation services in conjunction with the following: (1) Preparations of plans, specifications, and design analysis for the direct design of railroads, roadway pavements, bridges and specialized railroad support facilities. Plans will be developed on Intergraph and/or Autocadd systems; (2) The inspection and maintenance recommendations for railroad tracks and bridges; (3) Field and laboratory testing of existing railroad/pavement subgrades and; (4) Specialized consulting services and engineering studies related to the planning, design, construction and evaluation of railroads and vehicular pavements. These services may consist of development/update of transportation systems engineering criteria. Use of the metric system of measurement will be required for most deliverables under the proposed contract, knowledge of the Army's RAILER computer program should be noted, but is not a selection criterion and is not required for selection. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Design of railroad maintenance projects. (2) Design and construction of new railroad tracks with bridges and road crossing signalization. (3) Design of intermodal facilities and vehicular road construction. (4) Knowledge of Army track maintenance standards and Federal Railway Administration (FRA) track safety standards. (5) Producing quality products as evidenced by the firms quality control procedures. (6) Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and material utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of key personnel that demonstrate their experience and training in sustainable design. (7)Effective and coordination and management of the project team, including consultants. (8) Construction cost estimating and preparation of estimates using Micro Computer Aided Cost Estimating System (M-CASES) Gold version or similar system (M-CASES Gold software will be provided). (9) Producing Computer Aided Drafting and Design (CADD) drawings fully compatible with one of the following; MicroSataion SE, Auto CADD (Version 14) or a new version of these. (b) Professional qualifications and specialized experience, in providing services similar to those listed above, of the proposed team members (including consultants) in the following disciplines: Railroad Engineer, Railroad Inspector, Transportation (Paving ) Engineer, Material Engineer, Geotechnical Engineer, Estimator, Structural Engineer, Electrical/Signal Engineer, CADD Operator, Computer Operator, Soil/Paving Laboratory Technician. (c) Capacity to accomplish the work in the required time, including the ability to complete more than one project/work order at a time. As a minimum, two railroad track inspection teams of 3 persons each are required. (d) Past performance as described in Note 24. (e) Volume of Department of Defense (DOD) contract awards in the last twelve months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for this contract. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SF 254 for the prime and each consultant. To be considered, submittal must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-ED-TX ATTN: Dan Boyer, 215 N. 17th Street, Omaha, NE 68102-4978. Submittal must be received no later than 4:00 PM CST on November 27, 2000. In block 10 of the SF255, provide the following: (a) Design Management Plan (DMP). The DMP 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-relationships of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. In Block 3 of the SF255 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) and the firm number for any consultants in Block 6 of the SF255. If unknown, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices will not be scheduled. GSA Website for Forms SF254 and SF255: The forms are available on the GSA website at http://www.gsa.gov/regions/r11/wph/forms/forms.htm
- Web Link
- Omaha District Advertised Solicitation (http://ebs.nwo.usace.army.mil/ebs/contract.htm)
- Record
- Loren Data Corp. 20001031/CSOL002.HTM (W-301 SN5053U8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 27, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|