|
COMMERCE BUSINESS DAILY ISSUE OF MAY 18,1995 PSA#1349U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P. O. BOX
2288,, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE
ALABAMA 36602 C -- INDEF DEL CONTRACT (2) TO PREPARE EXTER STUDIES FOR MIL
INSTALLATION WITHIN THE MOBILE DISTRICT POC Contact Mr. Dan Mizelle,
334/441-5741, Contracting Officer, Gene L. Curtis (Site Code DODAAC) 1.
CONTRACT INFORMATION: (Refer to RFP: DACA01-95-R-0086) A-E services are
required for two (2) Indefinite Delivery Contracts for A-E services to
prepare exterior utility studies for Military installations within the
Mobile Districts military boundaries. This announcement is open to all
businesses regardless of size. The Contract is anticipated to be
awarded in December 1995. The contract will be awarded for a one year
period with an option to extend the contract for one additional year.
Work under the contract to be subject to satisfactory negotiation of
individual delivery orders not to exceed $150,000 each, with a total
not to exceed $500,000 during each 12-month period. If a large business
is selected for this contract, it must comply with FAR 52.219-9
regarding the requirement for a subcontracting plan for that part of
the work it intends to subcontract. The subcontracting goals for this
contract are a minimum of 60% of the contractor's intended subcontract
amount be placed with small businesses (SB), including small
disadvantaged businesses (SDB), and 7% be placed with SDB. The
subcontracting plan is not required with this submittal. 2. PROJECT
INFORMATION: The contract will primarily be used to complete field
surveys of exterior drawings as required to reflect current conditions;
convert paper drawings to Autocad or Intergraph format including
background information; develop complete databases for analysis of
distribution systems using the DVDCAL software which is being used by
the Mobile District (copies of software to be provided by the Mobile
District); and link a complete engineering management system. All work
must be done under the supervision of registered professional
engineers experienced in the computer analysis of utility systems. The
majority of the work will be in the Southeastern United States;
however, work may be in other locations assigned to the Mobile
District. 3. SELECTION CRITERIA IN RELATIVE ORDER OF IMPORTANCE: See
Note 24 for general 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-D are primary. Criteria E-G are
secondary and will only be used as ''tie-breakers'' among technically
equal firms. A. Professional capabilities: The contract will require
the following disciplines with registration required for Engineering:
(1) Electrical Engineer; (2) Civil Engineer. Supervisory engineers and
technicians must have a minimum of six years experience in exterior
electrical distribution and two years experience in the computer
analysis of utility systems. Resumes (Block 7 of the SF 255) must be
provided for these disciplines, including consultants. B. Specialized
experience and technical competence: In the use of DVDCAL Software to
(1) develop a database; (2) analysis of utility distribution systems;
(3) converting paper drawings of utility systems, including background
information, to Autocad and/or Intergraph format; (4) linking database
to Autocad and/or Intergraph drawings to intergrade them into a
complete engineering management system. Two years of previous
experience in the computer analysis of utility systems utilizing
commercially available software is required. (5) In Block 10 of the
SF255 describe the firm's quality management plan, including the team's
organization with an organizational chart, quality assurance, cost
control, and coordination of the inhouse work with consultants. C.
Capacity to Accomplish the Work: Capacity to do at least three (3)
$100,000 delivery orders simultaneously. The selected firm must have
the capability to perform multiple taskings concurrently. D. Past
Performance: Past performance on contracts with respect to cost
control, quality of work, and compliance with performance schedules. E.
Geographic Location: Geographic location with respect to the region
under consideration. F. Small Business and Small Disadvantage Business
Participation: Extent of participation of small businesses, small
disadvantaged businesses, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort; G. Equitable Distribution of
DoD contracts: 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 a copy of their SF 254
and SF 255, and a copy of each consultant's SF 254. The 11/92 edition
of the forms must be used, and may be obtained from the Government
Printing Office. These must be received in the Mobile District Office
(CESAM-EN-MN) not later than close of business on the 30th day after
the date of publication of this solicitation in the Commerce Business
Daily. If the 30th day is a Saturday, Sunday, or Federal holiday, the
deadline is the close of business on the next business day. Include
ACASS number in Block 3b. Solicitation packages are not provided. This
is not a request for proposal. As required by acquisition regulations,
interviews for the purpose of discussing prospective contractors'
qualifications for the contracts will be conducted only for those firms
considered highly qualified after(0136) Loren Data Corp. http://www.ld.com (SYN# 0029 19950517\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|