Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20, 2001 PSA #3002
SOLICITATIONS

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT/ENGINEER DESIGN SERVICES

Notice Date
December 18, 2001
Contracting Office
US Army Engineer District, Huntington-Civil Works, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
ZIP Code
25701-2070
Solicitation Number
DACW69-02-R-0010
Response Due
January 19, 2002
Point of Contact
Karen Bozeman, , FAX
E-Mail Address
US Army Engineer District, Huntington-Civil Works (karenb@lrh.usace.army.mil)
Description
. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Huntington District, proposes to obtain the services for UP TO THREE multidiscipline Indefinite Delivery Architect-Engineer (A-E) contracts for engineering, design, and related services. Architect -Engineer design services, procured in accordance with PL 92-52 (Brooks Architect/Engineer Act) and FAR Part 36, are required for various types of civil works projects located within the geographical boundaries of the Corps of Engineers, Great Lakes and Oh io River Division, which includes the Buffalo District, Chicago District, Detroit District, Huntington District, Louisville District, Nashville District, and Pittsburgh District. One indefinite delivery contract will be negotiated and awarded, with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000.00. An option period for each contract may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. One of the three contracts will be awarded initially with the remaining two may be awarded within 12 months depending on workload and contracti ng requirements. (Note the remaining two contracts, if awarded, will also have a base period not to exceed one year with up to two additional option periods not to exceed one year each that may also be awarded.) The criteria to be used in allocating ta sk orders among the contracts will be based on the following: (1) contract minimums, task orders will be distributed to assure the guaranteed minimums are met; (2) past performance on previous task orders, the quality and timeliness of work delivered on pr ior jobs under the current contract; (3) current capacity to accomplish the task order in the required time; (4) unique specialized experience; (5) equitable distribution of work among the contractors. Work will be issued by negotiated firm-fixed-price task orders. The first contract is anticipated to be awarded in March 2001. 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 plan on the part of the work it intends to subcontract. The plan is NOT required with this submittal. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see FAR 22.10) perform ing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce information Center at 1-800-334-3414. PROJECT INFORMATION: The A-E services to be provided under these contracts will be multidisciplinary (see paragraph on Specialized Experience and Technical Competence) in nature to support our mission to plan design, construct, operate and maintain water resource projects, such as navigation projects (locks and dams), flood control reservoirs and dams, local flood protection projects, and (Support for Others)type projects. The A-E will be required to provide the appropriate personnel, materials, equipment , management, quality and cost controls to perform all phases of engineering, environmental, and architectural services to include, but not limited to, planning engineering investigations/studies; designs; reports; construction plans and specifications; pr eliminary cost estimates; general construction and engineering type surveys; Computer-Aided Design and Drafting (CADD); and construction inspection/quality assurance. Work shall be accomplished in full compliance with established Corps of Engineers manual s, policies, stand ards and practices and other professional practices and standards as necessitated by project conditions or job requirements. Drawings must be prepared on a CADD System (the Tri-Service CADD Standards) and must be directly compatible with Intergraph CADD S ystem or translated at 100% compatibility by the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred. GIS capability using Arc/Info and Intergraph MGE preferred. Work may require using the metric system. All work shal l be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format. The location of services may be required anywhere within the boundaries or assignments of the Great Lakes and Ohio River Division Office in conjunction with various Civil Works and/or Military Programs (may be outside Division Boundaries including Central America) assigned to the Division. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-g are primary. Criteria h-k are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized Experience and Technical Competence: Firms must demonstrate experience and will be ranked in descending order on using innovative design (concepts/engineering practices, pertaining to inland navigation projects with emphasis on float-in an d lift-in construction techniques), civil site layout (preparation of applications for NPDES as well as construction permits, performing civil site layout to derive a reasonable and logical sequence of construction activities), mechanical, electrical, hydr aulic steel structures (fracture critical), rehabilitation of existing locks and dams, finite element analysis and design, educational (K-12) and public buildings, local protection projects (floodwalls and levees), pump stations, sanitary and water project s, recreation, bridge design and inspections, risk and reliability, roads, bank protection/channel improvement, residential and commercial floodproofing, flood control dams, hydrologic and hydraulic studies, geotechnical, planning studies, ecological strea m restoration and natural remediation, photogrammetry and related services, drafting, construction inspection, and other architectural services. b. Professional Qualifications: The evaluation of professional qualifications will consider education, training, professional registration, organizational certifications, overall and relevant experience, and longevity with the firm. The firm should indicat e professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training, and specific work experience of key personnel. The firm must staff the necessary Registered/Licens ed Engineers, Architects and Surveyors having the professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering, architectural and surveying practices. Firms will be ranked on the above qualified registered professional personnel in the following key disciplines in descending order: Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Sanitary Waste Engineers, Hydraulic Engineers G eotechnical Engineers, Geologists, Planners, Architects, Specifications Writers, Estimators, Certified Photogrammetrists, Professional Surveyors, Environmental Engineer, Environmental Geologist, Biologist (Ecologist), Hydrogeomorphologist, Chemist, Industr ial Hygienist, Construction Inspectors/Quality Assurance, and Engineering Technicians (Draftsmen/CADD Operators). c. Capacity: Capacity of the firm to perform approximately $1,000,000.00 in work for the required type in a one-year period and accomplish the anticipated work in an efficient manne r. The evaluation will consider the experience of the firm in similarly sized projects, scope, complexity, and the size and qualifications of the firm's staff in the required disciplines. The firm's staff must be capable of responding to multiple task or ders concurrently and within specified performance periods. The evaluation will consider the availability of an adequate number of personnel in key disciplines. The firm should have one point of contact for this contract and demonstrate past/projected-wo rking relationships with subcontractors. Multiple subcontractors within specialized experienced areas are encouraged. d. Quality Management System: The evaluation will consider the firms Quality Management System. The firms must describe their quality control procedures; quality assurance procedures with any subcontractors, and procedures for continual improvement and en suring customer satisfaction. State any experience with the ISO 9001 standard and the DrChecks automated comment and response system. The Huntington District Quality Management System can be found at http://ecpub.lrh.usace.army.mil/ec/ecm/ecmq/ISO/ISO_90 00.htm. e. Knowledge of the Locality: Knowledge of the geographical and geological features, construction and material standards and construction and permits and licenses for areas in the Great Lakes and Ohio River Division. f. Past Performance: Past Performance on DOD and other contracts with aspect to cost control, quality of work, ability to work independently, and compliance with performance schedules. Firms must demonstrate ability to design projects within constrained de sign and construction schedules and funding limitations. g. CADD: Must demonstrate ability to produce Computer Aided Design and Drafting (CADD) data that is 100% compatible or converted to 100% compatible with Huntington District's Target CADD System, http://ecpub/cadd/standards/default.htm. Huntington Distric t's Target CADD System includes, but is not limited to, files created using Bentley Corporation's Microstation J, IrasB, Civil SelectCAD, Interplot Server/Client and InterPlot Offline Driver Pack (for the creation of CALs file). Interested firms must demo nstrate the ability to submit CADD drawings to the Government with the corresponding sheet file (ready-to-plot file), color tables, InterPlot pen tables, reference model files and any other data that is necessary to reproduce the plotted drawings on the Ta rget CADD System in accordance with the current Tri-Service Architectural/Engineering /Construction (A/E/C) CADD Standards by submitting relevant samples on CD of sheet files and their associated CAL files for evaluation. h. Geographic Proximity: Location of the firm in the general geographical area of the Great Lakes and Ohio River Division. i. Extent of Participation: Extent of Participation of Small Business (including Women Owned Small Business), Small Disadvantaged Business, Historically Black Colleges and Universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. j. Volume of DOD contracts: Volume of DOD contracts awarded in the previous 12 month period as described in Note 24. k. Electronic Transfer: The evaluation will consider ability to deliver electronic data, ftp, video conferencing and communicating via the Internet and email. Firms must also submit a list of all-significant equipment and software intended to be used on th is contract. THIS SOLICITATION IS CONTINUED ON MODIFICATION#1.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011220/CSOL003.HTM (D-352 SN5154S8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 18, 2001 by Loren Data Corp. -- info@ld.com