Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27, 2001 PSA #2945
SOLICITATIONS

C -- IDC FOR GENERAL ENGINEERING SERVICES INCLUDING SPECIALIZED IN DESIGN OF AIR CONTROL TOWERS FOR VARIOUS MIL AND CIV PROJECTS IN OR ASSIGNED TO THE LITTLE ROCK DISTRICT, CORPS OF ENGINEERS.

Notice Date
September 25, 2001
Contracting Office
USACE Little Rock District, 700 West Capitol, Little Rock, AR 72227
ZIP Code
72227
Solicitation Number
DACA03-01-R-0028
Response Due
October 26, 2001
Point of Contact
Jerrod Whittington, 501-324-5045
E-Mail Address
USACE Little Rock District (jerrod.t.whittington@usace.army.mil)
Description
1. CONTRACT INFORMATION: A-E services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects in or assigned to the Little Rock District and outside the primary area of responsibi lity at the Government s discretion. One indefinite delivery contract for general engineering services will be negotiated and awarded, with a base period of one year, and two option periods of one year each. The contract option year(s) may be exercised b efore the expiration of the base contract period (or preceding the option period), if the contract monetary amount for the base period (or preceding option period) has been exhausted or nearly exhausted. The total cumulative amount of the contract, for th e base year and each option year, will not exceed $1,000,000.00 for each period. Options may be exercised early if the contract amount for a given contract period is near its maximum prior to end of that period. Individual fixed price task orders will not exceed the contract amount. The individual task orders issued under the proposed contract may contain certain options. The minimum guaranteed amount for the base year is $20,000.00. Projects outside the primary area of responsibility may be added at the G overnment's discretion upon agreement of the selected firm. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting p lan on that part of work it intends to subcontract. The subcontracting goals for the contract is that a minimum of 61.4% of the prime contractor's intended subcontract amount be placed with Small Business (SB), including Small Disadvantaged Businesses (SDB ) of 13%, Woman Owned Small Businesses (WOSB) of 5%, Historically Black Colleges and Universities and Minority Institutions (HBCU/MIs) of 5%, Historically Underutilized Business Zone (HUBZone) Small Business of 2.5%, and Veteran Owned Small Business of 3%. The plan is not required with this submittal, but will be required prior to award. 2. PROJECT INFORMATION: Work includes, but is not limited to, preparing engineering reports which presents all pertinent data, field work performed, findings and analysis, cost estimates and plans and specifications. Anticipated projects may include architectural and engineering services for new and existing buildings such as administrative and recreational facilities, maintenance buildings, and various support structures, roads, bridges, and parking areas. Work may include site planning/analysis and visits; architectural studies and surveys; conceptual, schematic, preliminary and final design; design analysis; energy and life cycle/value analysis; specifications, M-CACES cost estimates; and design/shop drawing reviews. 3. SELECTION CRITERIA: See CBD Note 24 (Monday Edition) for a general description below in descending order of importance (first by major criterion and then by each sub-criterion. Criteria items (a) thro ugh (e) are primary. Criteria items (f) through (h) are secondary and will only be used as tie-breakers among technically equal firms. (A) Professional qualifications: Among the expertise required are: Architects, Acoustical, Civil (with site planning e xperience), Cost, Electrical, Mechanical, Structural (with seismic and multi-story design experience), Soil Engineers, Fire Protection, Communications, Landscape Architects, CADD Specialists, Interior Designer, Surveyors, Hazardous Material Management (Asb estos, Lead-based Paint, and other Hazardous Waste Contaminants), and Construction Phasing. (B) Specialized experience and technical competence: (1) Responding firms must demonstrate planning and design. (2) It should also have the capability to produce AutoCad or Intergraph compatible design files with the capability to translate from one format to the other. The translated format must not require any manipu lation by Corps personnel. (3) The responding firm, or their listed subcontractor, must have the following qualifications necessary to perform cost estimates: (a) Cost Engineers that have completed formal training on M-CACES Gold 5.30 or later software; ( b) Cost Engineers familiar with preparation of detailed cost estimating procedures and construction schedules; (c) Experience with both military and civil works breakdown formats for estimates; and (d) Capability for the estimate to be prepared under guida nce and signed by a certified or registered professional. (4) Be adept in the design of multi-story facilities (Proposed projects may be UP TO 14 STORIES IN HEIGHT). (5) Have experience in the design of Aircraft Control Towers. (6) Have the capability to produce design documents anywhere in CONUS with the additional capability to obtain required licensing to perform design Worldwide. (7) The responding firm, or their listed subcontractor, should have experience in force protection/anti-terrorism design. (C) Capacity: Capacity to perform a minimum of two $280,000 task orders in a 210-day period. The evaluation will consider experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (D) Past performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (E) Specific Knowledge of Locality. (F) Geographic Proximity: The physical locatio n in relation to the Little Rock District. (G) Extent of participation of SB, SDB, and HBCU/MIs in the proposed contract. (H) Volume of DOD contract awards in the past 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for the ge neral submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 254 (11/92 edition) and SF 255 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of the publicized announcement (Paper Version). If the 30th day is a Saturday, Sunday, of Federal Holiday, the deadline is the close of business of the business next day. Indicate in Block 4 of the SF 254 if your f irm is a Large, Small, Small Disadvantaged or Woman-Owned Business. To be classified as a small business, a firm s average annual receipts or sales for the preceding three fiscal years must not exceed $4.0 million. The SF 255 must contain information in sufficient detail to identify the team (prime and consultant) proposed for the contract. In Block 4 of the SF 255, insert the number of personnel proposed for the contract (not necessarily total capacity), consultants as (A) and in-house as (B). In SF 25 5, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. Block 10 should also include a Design Quality Control Plan Outline. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. Please specify the address of the office in which the key person is assigned in Block 7c. Each firm must note in Block 10 of the SF 255 the dollar amount (note none if applicable) of all DOD (Army, Navy, and Air Force) contracts awarded to each firm and all affiliates during the past 12 months (do not include consultants) and include the contract number, dollar amount of the awards, and the total amount awarded. Include the firm's ACASS n umber in SF 255, Block 3b. For ACASS information, call 503-326-3459. Firms failing to respond to these requirements may not be considered. No other general notification of firms under consideration for this contract will be made, and no further action is required. SPECIAL NOTE: Department of Labor Wage Rates may be incorporated in the request for proposal and any contract awarded as a result of this announcement . Federal Information Processing (FIP) Services may be procured within the lives of the proposed contracts. Therefore, this acquisition is being conducted under specific agency delegation of GSA's exclusive procurement authority for FIP resources. The spec ific GSA DPA case number is DC4-93-AR01-SWL. Personal visits for the purpose of discussing the contracts are discouraged. This is not an RFP. The individual delivery orders issued under the proposed contract(s) may contain certain options.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20010927/CSOL002.HTM (D-268 SN50Y6L5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 25, 2001 by Loren Data Corp. -- info@ld.com