Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1996 PSA#1514

U S ARMY ENGINEER DISTRICT MEMPHIS, 167 NORTH MAIN STREET B202, MEMPHIS TN 38103-1894

R -- INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR CONSTRUCTION QUALITY ASSURANCE INSPECTION AND RELATED SERVICES WITHIN THE ASSIGNMENTS OF THE MEMPHIS DISTRICT SOL DACW66-96-R-0019 DUE 022396 POC A-E Coordinator DON MAX (901) 544-3977 (Site Code DACW66) INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR CONSTRUCTION QUALITY ASSURANCE INSPECTION AND RELATED SERVICES WITHIN THE BOUNDARIES OR ASSIGNMENTS OF THE MEMPHIS DISTRICT, SOLICITATION No. DACW66-96-R-0019, Point of Contact: DON MAX, A-E Coordinator, 901-544-3977. 1. SERVICES REQUIRED: The services to be procured under this announcement are classified in Standard Industrial Classification Code 8741. The work requires contractor to provide the necessary personnel and equipment to perform a wide variety of Construction Quality Assurance Inspection. The types of jobs on which quality assurance inspection will include, but not be limited to: clearing and grubbing, gravel surfacing and resurfacing, dikes, revetments, bridge construction, levee construction and slide repairs, and hydraulic and bucket dredging. The type of quality assurance inspection that will be required will be excavation, dredging, stone placement, embankment, backfill, concrete, and general inspection. It is anticipated that one indefinite delivery type contract agreement will be entered into as a result of this announcement. Firms considered to be highly qualified will be required to furnish 10 quality assurance inspectors with equipment and vehicles within 2 weeks notice and accumulative maximum of 25 quality assurance inspectors with equipment and vehicles during heavy work periods. 2. CONTRACT INFORMATION: Work areas will be within the boundaries or assignments of the Memphis District. The contract is anticipated to be awarded in April 1996 with the contract period of service not to exceed one year from issuance of the first delivery order, or expenditure of the contract amount, whichever occurs first. Work to be performed is subject to satisfactory negotiation of individual delivery orders not to exceed $150,000 each or a total of $750,000 for the initial year of the contract. The basic contract will include an option to extend the contract period one year and to expend an additional $750,000. 3. QUALIFICATIONS: The proposed procurements listed herein will be an unrestricted, and submittals from large and small businesses will be considered. Firms are considered to be small business concerns, if the firm's average annual receipts from the preceding three fiscal years does not exceed $5.0 Million. 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 this contract are a minimum of 53% of the amount the prime firm intends to subcontract is to be placed with small business (SB) including 9% to small disadvantaged businesses (SDB) and 3% to women-owned businesses (WOB). The subcontracting plan is not required with this submittal, however, these goals should be addressed in criteria 4.F., listed below. Firms must demonstrate in their submission the ability to meet the following requirements: A) Adequate professional personnel and experience in Construction Quality Assurance Inspection, B) Sufficient technical and administrative personnel to ensure expeditious completion of required services, C) Capability to mobilize personnel, D) Ability to meet necessary lead time for staffing. 4. EVALUATION CRITERIA: Selection shall be based on the following four primary criteria (A,B,C, & D) and three secondary criteria (E, F & G), which are in descending order of importance: A) Professional Qualifications. The firm and/or its consultant should indicate professional recognition and work experience of key personnel. The firm should emphasize professional registration, professional associations, advanced training and degrees, and specific work experience of key personnel. The selected firm and/or its consultant should indicate adequate management personnel with required qualifications and experience to perform construction quality assurance to include but not be limited to: clearing and grubbing, dikes, revetments, levees, channels, weirs, structures, bank protection, bridges, slide repairs, concrete, hydraulic and bucket dredging, building construction, paving, gravel surfacing and resurfacing, recreation facilities and various other types of construction. Additional consideration will be given submittal with total management capabilities within the office to perform the work. B) Specialized Experience. The selected firm and/or its consultant should indicate personnel experience in General Construction Management with emphasis in Construction Quality Assurance. The types of jobs on which quality assurance inspection experience is required are: clearing and grubbing, dikes, revetments, levees, channels, weirs, structures, bank protection, bridges, slide repairs, concrete, hydraulic and bucket dredging, building construction, paving, gravel surfacing and resurfacing, recreation facilities and various other types of construction. The type of quality assurance inspection experience that is required will be excavation, dredging, stone placement, embankment, backfill, concrete, and general inspection. C) Capacity. The selected firm and/or its consultant must demonstrate sufficient personnel with the proper equipment in the disciplines necessary to conduct the required work in an efficient manner. Firms considered to be highly qualified will be required to furnish 10 quality assurance inspectors with equipment and vehicles within 2 weeks notice and accumulative maximum of 25 quality assurance inspectors with equipment and vehicles during heavy work periods. Additional consideration will be given to firms having all personnel and equipment in the office to perform the work. D) Past Performance evaluations on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules will be considered. Additional consideration will be given to firms with above average performance evaluations in the type of work described in (B) above. The following three secondary criteria (E, F, & G), which are listed in descending order of importance, will be used to develop the order of negotiation among the most highly qualified ranked firms after evaluation by the primary criteria; (E) Geographical Location. Proximity of the firm's office where the field work will be managed, coordinated, and other work performed to Memphis, TN will be given additional consideration. (F) Small Business Considerations. Extent of participation of Small Business, Small Disadvantaged Business, and Historically Black Colleges and Universities and minority institutions in the proposed contract, measured as a percentage of the total anticipated contract effort in accordance with the subcontracting goals shown above under 1. Services Required. Firms should list the total amount of the contract anticipated to be subcontracted, name and amount anticipated for small business, name and amount anticipated for small disadvanteged business and name and amount anticipated for women owned business. (G). Volume of DOD Work. Consideration will be given to the volume of work previously awarded or assigned to the firm by DOD in the last 12 months (1 February 1995 to 1 February 1996), with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms, including small and small disadvantaged business firms, and firms that have not had prior DOD contracts. 5. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform these services must submit one copy of SF 255 and one copy of SF 254 for the prime and all consultants to: Mr. Don Max, CELMM-ED-M, Memphis District, Corps of Engineers, 167 North Main Street, Memphis, TN, 38103-1894, no later than close of business (4:00 pm Central) Friday, 23 February 1996. The solicitation number should be included in Block 2b of SF 255 along with the firm's ACASS number, if known. Item 4 of SF 255 shall indicate personnel strength, including consultants, may be indicated parenthetically. In block 10 of the SF 255, firms are requested to clearly and succinctly address all qualification requirements listed under Items 3 and 4 above, and note all DOD contracts awarded to the firm, and affiliates (not to include consultants) during the period 1 February 1995 to 1 February 1996 along with the dollar amounts of the awards and the total amount awarded. Also in block 10, list all pertinent field equipment to be used on this contract. Letters, including transmittal letters, photographs, and other promotional literature are not desired nor will be considered. Solicitation packages are not provided for A-E contracts. This is not a request for proposal.(0018)

Loren Data Corp. http://www.ld.com (SYN# 0047 19960119\R-0002.SOL)


R - Professional, Administrative and Management Support Services Index Page