Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1995 PSA#1399

Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, Baltimore, MD 21203-1715

C -- ARCHITECT-ENGINEER SERVICES ARE REQUIRED FOR ONE(1) INDEFINITE DELIVERY-TYPE MECH ENGINEERING CONTRACT FOR THE BALTO DIST & OTHER USACE LOCATIONS SOL DACW31-95-R-0096 POC Susan Sonenthal (410) 962-7646 MECHANICAL ENGINEERING SERVICES FOR BALTIMORE DISTRICT, POC Susan Sonenthal (410) 962-7646/Clifford Burdeaux (410) 962-4920. 1. CONTRACT INFORMATION: Mechanical engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various civil works projects within the Baltimore District boundaries but may be used at other USACE locations. One indefinite delivery contract will be negotiated and awarded with a base period of one year and an option period of one year. Individual, fixed-priced delivery orders will not exceed $150,000, and the annual ceiling for the base year and the option year is $750,000. 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 that part of the work it intends to subcontract. The subcontracting goals for each contract are that a minimum of 40 percent of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and 8 percent be placed with SDB. The plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The primary work will be related to flood protection facilities, namely, dam outlet works facilities and associated apparatus. The architect-engineer must have experience in the design and maintenance of various types of gated water outlet systems and flood control pumping facilities/structures, to include mechanical, electrical, and hydraulic actuation. Work will consist of inspection, report preparation, design, and cost estimates for evaluation, repair, and rehabilitation of outlet works systems and related appurtenances at various locations in the Baltimore District and other USACE locations. Work may also consist of preparation of reports, studies, design criteria, design and other general architect-engineering services for alterations, renovation, maintenance and repair, and new construction projects of other mechanical systems. 3. 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-d are primary. Criteria e-f are secondary and will only be used as ''tie-breakers among technically equal firms. a. Specialized experience and technical competence in the following investigative and design services: (1) hydraulic power systems, (2) hoisting machinery, (3) control systems for machinery, (4) hydraulic forces acting on gates under all water levels, (5) structural design of flood control facilities (6) problems associated with debris accumulation in gates and sluices, (7) electrical/electronic design, particularly remote position indication systems, (8) certified corrosion specialist (NACE) for analysis and design of both sacrificial anode and impressed current type cathodic protection systems, (9) dimensioning and tolerancing with ANSI Y14 for machine design and fabrication, (10) materials engineering with regard to ferrous and non-ferrous metals and/or other types of materials, (11) welding design, (12) liquid fueled and gaseous fueled emergency power engine generator systems, (13) confined space entry training and permit writing using monitoring equipment possessed by the A-E, (14) all measurement and investigative tools which may be required for the above tasks, (15) vibration analysis and mitigation using industry accepted investigation and data acquisition methods, (16) vertical transportation, both traction and hydraulic, (17) acoustic analysis and mitigation using industry accepted investigation and data acquisition methods, (18) familiarity with applicable Civil Works TM's and other governing criteria in addition to commercial standards, (19) the products are not required to be performed using a specific CADD system. However, the A-E will be required to provide any digitizing and/or translation services necessary to deliver the final design products in AUTOCADD Release 12 on 3 1/2 inch high density diskettes formatted for 1.44 MB and (20) cost estimating using MCACES system. b. Qualified personnel: The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity to perform multiple delivery orders concurrently. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key positions. e. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration should submit appropriate data as described in Numbered Note 24 including SF 255. SF 255 must be submitted for prime and joint ventures. SF 254 must be furnished for prime, joint venture(s), and consultant(s). The 255 and 254 shall clearly indicate the staffing of the office indicated to perform the work. Responses to this announcement received within 30 days from date of this issue will be considered for selection. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. Street address: City Crescent Building, ATTN: Susan Sonenthal, Room 7000, 10 South Howard Street, Baltimore, Maryland 21201. This is not a request for proposal. (0208)

Loren Data Corp. http://www.ld.com (SYN# 0013 19950728\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page