Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 18,1995 PSA#1349

U. 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