Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7, 2001 PSA #2909
SOLICITATIONS

C -- INDEFINITE DELIVERY ORDER (IDIQ) CONTRACT FOR AE DESIGN SERVICES FOR THE SAN FRANCISCO DISTRICT, SAN FRANCISCO, CALIFORNIA

Notice Date
August 3, 2001
Contracting Office
USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922
ZIP Code
95814-2922
Solicitation Number
DACW07-01-R-0008
Response Due
August 3, 2001
Point of Contact
Patricia Christie, 916-557-5228
Description
DESC: Indefinite Delivery Order Contract for A/E Design Services for the San Francisco District, U.S. Army Corps of Engineers. This project is 100% Small Business Set-Aside. The NAICS code for this project is 541330. The size standard under NAICS code 541330 is $4,000,000.00. Design services include, but are not necessarily limited to: Civil, Structural, Mechanical, Electrical and Geotechnical engineering. Work may include complete plans and specifications for small projects, separable portions for larger projects, quantity takeoffs, and design of specific features and other related work. The contractor must have expertise and capability in Civil, Structural, Mechanical, Electrical, Geotechnical and Cost Engineering, Specification Writing and CADD. The contractor shall be responsible for accomplishing design and preparing drawings using computer-aided design and drafting (CADD) and shall be capable of delivering plan and profile drawings in either one of the following electronic digital formats: 1. AutoDesk AutoCAD CADD software, release 14/2000 or higher, MS Windows 98/Windows NT 4.0 or higher. 2. Intergraph Microstation CADD J or higher: 3. In-Roads SelectCAD 8.1 or higher. The Government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The target platform is a Pentium-400Mz or faster workstation with a MS Windows 98/Windows NT 4.0, or higher operating system. Most of the "Experience Profile Codes" listed in the SF 254 apply. Item 4 of form shall indicate personnel strength of the principal firm at the office where work is to be accomplished. Additional personnel strength including consultants may be indicated parenthetically. In order to be considered for selection you must note in Block 10 of the SF 255 all DOD contracts awarded to your firm and all affiliates (do not include consultants) during the last 12 months along with the dollar amount of the awards and the total amount awarded. There may be more than one IDIQ contract awarded from this solicitation. If the contract amount for the base year period or preceding option year periods have been exhausted or nearly exhausted the Government has the option to exercise contract options before the expiration of the base year period or preceding option year periods. The options may be exercised at the discretion of the Government. The San Francisco District may also make this contract accessible to all Corps of Engineers offices nationwide. The A-E Pre-Selection Board will use a numerical scoring system to establish maximum scores for each firm on each of the six evaluation criteria stated in relative order of importance including the following sub-criteria: Criteria 1 through 5 are primary. Criteria 6 and 7 are secondary and will only be used as "tie-breakers" among technically equal firms. 1. Professional Qualifications: The evaluation will consider Education, Registration, Overall and relevant design experience (flood control, navigation etc. etc.), and longevity with the firm. 2. Specialized Experience: (a) Navigation and flood control civil design experience (i.e. Not Hydraulics and Hydrology); (b) prior team experience with significant sub-contractors. 3. Capacity to accomplish the work. The evaluation will consider total strength of key disciplines listed above in relation to workload. 4. Past performance. Past performance on DOD and other contracts with respect to Cost Control, Quality of Work, and compliance with performance schedules. 5. Knowledge of the locality. The evaluation will consider the firm's experience in the San Francisco District's geographic boundary, which extends from the Oregon border south to San Luis Obispo and east to Sacramento/San Joaquin Valleys. 6. Volume of DOD contract awards in the last 12 months. 7. Geographic Location. Location of the essential staff for this project (or a commitment to locate) in the general geographic area of the project. The A-E Selection Board will rate the firms using the same numerical scoring system as the A-E Pre-Selection Board. The contract will be awarded for a Base Year and Two Option Years. Cumulative total work for all work orders will not exceed $1,000,000.00 per year and each task order will not exceed the annual contract amount. Contract will include a schedule of overhead and wage rates upon which cost of work orders will be based. Firms desiring consideration must submit a SF 254, if not already on file, and a SF 255 by Close of Business (COB) on September 4, 2001 to the attention of Tricia Christie, USACE, Contracting Division, 1325 J Street, Sacramento, California 95814-2922. Further information may be obtained by contacting David Doak at (415)977-8562. Firms desiring consideration shall submit appropriate data as describee in numbered Note 24. Also, see Note 26 (Commerce Business Daily, Monday edition). This is not a request for a proposal.
Record
Loren Data Corp. 20010807/CSOL003.HTM (W-215 SN50T9S1)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 3, 2001 by Loren Data Corp. -- info@ld.com