Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1996 PSA#1529

US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA 98124-3755

C -- AE INDEFINITE DELIVERY CONTRACT FOR COST ESTIMATING SERVICES FOR MILITARY AND CIVIL PROJECTS FOR THE SEATTLE DISTRICT COE SOL DACA67-96-R-0022 DUE 031396 POC Contract Specialist Leslie J Lovata (206) 764-6865 (Site Code DACA67) Select an Architect-Engineer (A-E) to furnish construction cost estimates and support data for projects at all levels of the planning and design process. Estimates and support data will be used in preparation of Government Fair Cost Estimates for military, civil and hazardous, toxic, and radiological waste (HTRW) programs and for other Cost Engineering support. The work will include estimates for mechanical, electrical, architectural, structural, and civil work. Data for Fair Cost Government Estimates will include detailed quantity takeoffs; labor rates; labor and equipment production time to construct various features of work as show in furnished plans and specifications; development of material prices and use of quotes as appropriate; preliminary design, sketches and cost estimates of various construction facilities and their estimate of indirect costs; network analysis and scheduling; risk analysis and evaluation of contingencies; constructibility analysis and cost comparison; and development of other cost data as directed. Where directed the latest version Micro-Computer Aided Cost Estimating System (M-CACES) or the Tri-Service Automated Cost Engineering System (TRACES) will be required. Significant evaluation criteria in descending order of importance are: (1) Specialized experience and technical competence of the firm in types of work required. (2) Professional qualifications of firm's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services. (3) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (4) Capacity of the team to accomplish multiple simultaneous Delivery Orders in the required time. NOTE: The following criteria are considered secondary factors and will only be used at Final Selection as tie-breakers. (5) Location of the firm in the general geographic area of the project. (6) Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically black Colleges and Universities and minority Institutions in the proposed contract team, measured as a percentage of estimated effort. (7) Volume of DoD contract awards to the prime A-E in the last 12 months. A-E will be required to use M-CACES for cost estimating on this project. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board and automated review management system (ARMS) via modem. Proposed procurement will result in a one-year, fixed price indefinite delivery contract with option to extend for one additional year; delivery orders of NTE $150,000 each to be issued as requirements arise. Total cumulative contract amount shall not exceed $500,000 per year. Start and completion dates are scheduled for 15 May 1996 and 15 May 1997 respectively. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of key personnel to be assigned to this project, current SF 254, and consultant's current SF 254's. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This project is open to both large and small businesses. This is not a request for proposal. It is anticipated that the selected firm will be required to submit a subcontracting plan with its fee proposal if it is a large business. For this procurement, a large business is a concern for which the annual average gross revenue taken for the last three (3) fiscal years exceeds $2.5 million. The plan must be consistent with Section 806(b) of PL 100-180, PL 95-507 and PL 99-661. If a large firm chooses to subcontract, it is recommended that 50 percent of the total planned subcontracting dollars should be placed with Small Business (SB) concerns, 8 percent with Small Disadvantaged Businesses (SDB), or Historically Black Colleges and Universities or Minority Institutions, and 5 percent to Women-Owned Businesses (WOSB). WOSB's may not qualify as SDBs for federal contracts.(0039)

Loren Data Corp. http://www.ld.com (SYN# 0012 19960209\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page