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