Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18, 2001 PSA #2959
SOLICITATIONS

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINARY CONTRACT FOR MASTER PLANNING, GIS, DESIGN, AND OTHER ENGINEERING SUPPORT

Notice Date
October 16, 2001
Contracting Office
US Army Corps of Engineers, Savannah -- Military Works, P.O. Box 889, Savannah, GA 31402-0889
ZIP Code
31402-0889
Solicitation Number
DACA21-02-R-0003
Response Due
November 11, 2001
Point of Contact
Elaine Radcliffe, (912) 652-5416, FAX (912) 652-5828
E-Mail Address
US Army Corps of Engineers, Savannah -- Military Works (elaine.p.radcliffe@sas02.usace.army.mil)
Description
POC Mr. Rob Callahan, 912-652-5246 (Technical Questions); Mrs. Leila Hollis 912-652-5105 (Contractual Questions) WEB: Corps of Engineers, Savannah District, Contracting, http://sas.usace.army.mil. The Savannah District, U.S. Army Corps of Engineers, requ ires the services of an Architect-Engineer firm for a multi-discipline indefinite delivery indefinite quantity contract for master planning, design, surveying, studies and other related engineering work for projects under the jurisdiction of Savannah Distr ict. The services will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. The contract will be for one basic ordering period with a limit of $1,000,000 and will have two option periods each with a $1,000,000 limit. An option peri od may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price or labor-hour orders not to exceed the base contract amount. The contra cting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, unique ly specialized experience, and equitable distribution of work among the contractors. The contracts are anticipated to be awarded in April 2002. 2. PROJECT INFORMATION: Individual task orders to be issued under this contract may not exceed $1,000,000 and may include preparation of all or parts of master plans; privatization studies; creation, development, or operation of GIS s or other engineer automated systems; project planning and design; environmental planning or assessments; surveying; or other rela ted engineering work on projects under the jurisdiction of Savannah District or assigned by customers, other Corps of Engineers offices, or other agencies to the Savannah District. The preponderance of the work under the contract will be for Savannah Distr ict; however, the contract may be used for other U.S. Army Corps of Engineers offices, U.S. Army installations, U.S. Air Force bases, U.S. Navy or Marine Bases, or other federal government owned facilities, installations, or real estate under their contr ol or associated with offices within the South Atlantic Division area of Georgia, South Carolina, North Carolina, Florida, Alabama, Mississippi, Tennessee, Puerto Rico, and Central and South America. 3. SELECTION CRITERIA: See Note 24 for a general descrip tion of the A-E selection process. The selection criteria for this project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary, Criteria f-g are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in (1) Short-range components, long-range components, mobilization components, master plans, comprehensive plans, summary development plans, general plans, or future development plans and reports. (2) Project programming documents (DD Forms 1391, DA Forms 4283, and similar methods), cost estimating, or economic analyses. (3) Residential community initiatives or utilities systems or other privatization or commercial activities studies. (4) Engineering studies, plans, or analyses involving facilities, infrastructure, or operational activities. (5) Project Development Brochures, Customer Concept Documents, Requirements Documents, and area development plan s. (6) Capital Investment strategies and Tabulations of Existing and Required Facilities. (7) Historic structures surveys and studies. (8) Siting alternative analyses. (9) Installation Design Guides, Architectural Compatibility Standards, or other projects associated with aesthetics or design standards for facilities and grounds. (10) Analyses and mapping of safety, environmental, or other factors affecting futu re development. (11) Brochures, renderings, models, videos, or other comparable visual or graphic tools. (12) Traffic engineering studies. (13) Geographical Information Systems. (14) Automated mapping/Facilities management and digital floor plans. (15) Eva luation of needs for hardware or software. (16) Scanning maps, drawings, master plans, photos, or building plans. (17) Integrating CADD or GIS with other engineer automated systems. (18) Verification of existing databases, database scrubs, database design and development, and records conversion. (19) Developing macros and user commands for MDL, Micro CSL, MGE/MGA or other systems environments or languages. (20) Project concept, pre-final, and final designs. (21) Planning and design of building interiors. (2 2) Computer Aided Design and Drafting. (23) Subsurface soils investigations. (24) Environmental plans, assessments, or impact statements. (25) Hazardous materials identification and remediation recommendations. (26) Archeological and cultural resources imp act and mitigation recommendations. (27) Aerial black and white or color or false color infrared photography and photogrammetric products derived from these. (28) Field instrument surveys. (29) Establishing horizontal and vertical ground control using GPS or other surveying techniques. (30) Field surveys or metering for data collection on utilities systems, environmental or safety constraints, buildings, or other real property located within the confines of a government installation. (31) Force protection s urveys, plans, assessments, or designs. (32) Development of plans or criteria for or scoring of project sustainability evaluations. (33) Arranging conferences in any of the areas listed above. (34) Other narrative, tabular, graphic, or mapped products rela ted to master planning, design, environmental analysis, surveying, or engineer systems automation or integration not specifically mentioned above. (35) On-site training of government personnel or placement of employees of the firm at customer locations for technical support in any of the areas listed above. (36) Development and presentation of briefings on any of the subjects listed above. The Architect-Engineer team s 254/255 submittal must address qualifications in each of these areas separately and in s ufficient detail to allow government reviewers to evaluate and rate the experience. b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF 255 is recommended. c. Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of person nel in key disciplines and equipment availability. Key disciplines include the following: Project Manager, 2 planners, Architect, Landscape Architect, Historic Architect, Civil Engineer, Mechanical Engineer, Electrical Engineer, Video Editor, Structural E ngineer, Environmental Engineer, Fire Protection Engineer, Traffic Engineer, Cost Estimator, Privatization Specialist, Clerk-typist, Force Protection Specialist in Roadways/entryways, Buildings, Interior Designer, Survey Crew, Archeologist, Industrial Hygi enist, Economist, Safety Specialist, Graphic Illustrator, Model Maker, Camera Operator, Video Producer, Photogrammetrist, CADD Operator, GIS Systems Specialist, Computer Programmer, Technician, Environmentalist, Sustainability Specialist. d. Professional q ualifications and longevity with the firm of key management and professional staff members who must possess all necessary licenses and emphasis should be placed on detailing the experience and qualifications of the people who will be performing the work in stead of the principles and project managers of the company. e. Knowledge of locality as it pertains to the work required. f. Degree of participation of SB, S DB, WOB, HBCU, or MI as prime contractor, subcontractor, or joint venture partner. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one (1) copy of SF 255 (11/92) edition) for PRIME and one (1) copy of SF 254 (11/92) edition) for prime and all consultants, to the following address: US ARMY ENGINEER DISTRICT, SAVANNAH, ATTN: CESA S-EN-ES (Natasha Givens), 100 WEST OGLETHORPE AVENUE, SAVANNAH, GA 31401-3640 not later than the close of business the 30th day after the printed issue date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is t he close of business of the next business day. Include the firm s ACASS number in Block 3b of SF 255. For ACASS information, call 503/326-3459. No faxed submittals will be accepted. Cover letters and extraneous material (Brochures, etc.) are not desire d and will not be considered. PHONE calls are discouraged unless absolutely necessary. PERSONAL visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011018/CSOL003.HTM (D-289 SN5107I3)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 16, 2001 by Loren Data Corp. -- info@ld.com