Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18, 2001 PSA #3000
SOLICITATIONS

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR VALUE ENGINEERING AND CHARRETTE FACILITATION SERVICES, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
December 14, 2001
Contracting Office
US Army Corp of Engineers -- Alaska -- Military Works, P. O. Box 898, Anchorage, AK 99506-0898
ZIP Code
99506-0898
Solicitation Number
DACA85-02-R-0005
Response Due
January 16, 2002
Point of Contact
June Wohlbach, 907/753-5624, FAX 907/753-2544
E-Mail Address
US Army Corp of Engineers -- Alaska -- Military Works (june.l.wohlbach@poa02.usace.army.mil)
Description
1. CONTRACT INFORMATION: This announcement is open to all businesses regardless of size. If a large business is selected for the contract, it must comply with FAR 52.219-9 regarding the requirement for the subcontracting plan for that part of the contrac t it intends to subcontract. The FY02 subcontracting goals for this contract are a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses, 9.1% of that to small disadvantaged businesses, 5.0% to woman-owned small businesses, 3.0% to service disabled veteran-owned small business, and 2.5% to HUBZone small businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be cancelled or revised at any time dur ing the solicitation, selection, evaluation, negotiation and final award. Anticipate more than one contract, but no more than two (2) contracts may be awarded. Contracts may be awarded concurrently or may be staggered at four (4) to six (6) month interva ls. The allocation of requirements between contracts will be based on the assessment of best value for the Government, and may include a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of wor k among contracts; b. Specific and unique capabilities, c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance, e. Required delivery schedules; f. Experience and/or ongoing work (locali ty and/or type); g. Cost sharing between the task orders, h. Understanding of local factors geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Ease of negotiation completion; and n. Available personnel. The contract shall be an indefinite delivery firm fixed price with a base period not to exceed 1 year and two option periods not to exceed 1 year each. The amount of work in each contract period will not exceed $300,000. An option period 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 task or ders. There will be no specific task order limit except the limit of the contract. The first contract award is anticipated for March 02. 2. PROJECT INFORMATION: The AE selected will be required to have flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are value engineering and studies of project features and design systems. The services could also include facilitating an early concept 0% to approximately 20% design functional analysis, architect ural charrette workshop using VE methodology. The AE must be capable of completing any study in less than 4 weeks from award of the task order. LOCATION: Primarily Various Locations, Alaska. 3. SELECTION CRITERIA: The following selection criteria are listed in descending order of importance. Criteria A-E are primary selection criteria: (A) Professional personnel in the following disciplines: minimum in-house requirement is 1 team leader, from any discipline, who must be a SAVE Certified Value Special ist (CVS). Other disciplines may be subcontracted but must include: 2 Certified Value Specialists (CVS) or Associate Value Specialists (AVS), and 1 Clerical staff capable of taking electronic notes during meetings. Responding firms MUST address each disc ipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor as necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individ uals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform th e contract; (B) Specialized experience and technical competence in: (1) experience in preparing VE studies as the lead role; and (2) experience leading/facilitating the design charrette process; (C) Past performance on DOD and other contracts with respe ct to cost control, quality of work, and compliance with schedules; (D) Ability to maintain schedules and accomplish required work on three simultaneous task orders, and to facilitate three charrettes concurrently in the same week; (E) Demonstrated succe ss in prescribing the use of 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 e limination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by t he prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. Criteria F-H are secondary and will only be used as tie-br eakers among technically equal firms: (F) Location of the firm in general geographical area of the projects and knowledge of locality; (G) Volume of DOD contract awards in the last 12 months; (H) Extent of participation of SB, SDB, historically black co lleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 255s (1 copy only) should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, by calling the administrative contact named above, or from commercial software suppliers for use with personal computers and laser printers or on-line in both Adobe Acrobat PDF a nd FormFlow formats (http://www.gsa.gov/pbs/pc/hw_files/254-255.htm). Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the date above. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided. This is not a request for proposal.*****
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011218/CSOL006.HTM (D-348 SN5152F5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 14, 2001 by Loren Data Corp. -- info@ld.com