Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29, 2001 PSA #2987
SOLICITATIONS

C -- INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) DESIGN CONTRACT FOR DDJC SHARPE AND TRACY

Notice Date
November 27, 2001
Contracting Office
USAED, Sacramento, Corps of Engineers, Attn: A-E Negotiations Section, 1325 J Street, Room 1079, Sacramento, CA 95814-2922
ZIP Code
95814-2922
Solicitation Number
DACA05-02-R-0005
Response Due
January 9, 2002
Point of Contact
Mr. Stanley Shibata, Unit Leader, A-E Negotiations Unit, (916) 557-7470; Contract Specialist: Barbara Marshall, (916) 557-5178 (Site Code DACA05)
Description
1. CONTRACT INFORMATION: A-E services are required for a variety of small projects, primarily renovation; however, may include design of new projects with limited scope for DDJC. Projects will primarily be located at DDJC, Sharpe and Tracy, California. A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will be designs. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, including A-E services during the construction phase and the operations and control phase. The NAICS code is 541310 with business size standard of maximum $4.0 million of average annual receipts for its preceding 3 fiscal years. The contract will be issued by the COE, Sacramento District; however, task orders may be issued and administered by DDJC. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the two dimensional drawings in Autodesk AutoCAD CADD software, release 2000i. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 2000i format, and on the target platform specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT 4.0 operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced either in SPECSINTACT with the Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. More than one firm may be selected from this announcement, and multiple awards made. However, no contract will be awarded later than one year after the date that the responses to this synopsis are due. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in February 2002. Each contract will be for a one-year period not-to-exceed $250,000 for the basic year and two one-year options not-to-exceed $250,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. All pricing schedules (Base Year, and all Option Years) will be effective for one full year regardless of the early exercising of options. If the Total Estimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. Task Orders shall not exceed the annual contract amount. This announcement is open to all firms regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The recommended goal for the work intended to be sub-contracted is 62% for small business. It further states that out of that 62% to small business, 10% is for small disadvantaged business (subset to small business) and 5% is for small business/woman owned (subset to small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. 2. PROJECT INFORMATION: Task orders to be issued under this contract may range in scope from a small study to a new project design of limited scope. The services required will be primarily architectural renovation, some of historical significance, of a variety of small projects and may also include design of new projects with limited scope. Input may be required by architecture with a full complement of disciplines, including civil/structural and mechanical/electrical engineering. Individual task orders may include maintenance and repair type projects, and miscellaneous architectural and engineering services associates with military installations. Demolition of existing facilities may be required, which will necessitate an asbestos and/or lead based paint investigations with provisions for removal included in the design documents. Engineering services during construction may also be required. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "a" through "e" are primary for large businesses and criteria "a" through "e" are primary for small businesses. Criteria "f" through "h" are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in the design of a variety of alteration and repair projects and small new facilities b. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: Project Management, Architectural, Civil, Structural, Electrical, Mechanical, Landscape, Environmental Engineering, and CIH. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Capacity of the lead firm to accomplish work in the required time frame including professional qualifications of firms' staff and consultants to be assigned to the projects which are necessary for satisfactory performance in the required services. e. Knowledge of the locality of the projects near the project site. f. Volume of DoD contract awards in the last 12 months as described below. g. Location of the firm in the general geographical area of the project site. h. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254, which shall be considered by the agency. For a listing of all the Contractor Registration (CCR) database, see Contracting Division's Internet Home Page at http://www.usace.mil/cespk-ct, which is updated daily. "See Notes 24 and 26".
Record
Loren Data Corp. 20011129/CSOL003.HTM (W-331 SN5137Y7)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 27, 2001 by Loren Data Corp. -- info@ld.com