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