Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1996 PSA#1545

U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO. 1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH STREET MOBILE AL 36602

C -- INDEF DEL CONTRACTS (2) FOR A-E SERVICES TO SUPP THE MOBILE DIST MIL PROGRAM SOL AECA**-96**-0006 POC Contact Mr. Dan Mizelle, 334/441-5741; Contracting Officer, Edward M. Slana (Site Code W31XNJ) 1. CONTRACT INFORMATION: (Refer to Document No. DACA01-96-R- 0037). A-E services are required for two (2) Indefinite Delivery Contracts to support the Mobile Districts Military Program. This announcement is open to all businesses regardless of size. Each contract will be awarded for one year with an option to extend the contract for one additional year. It is anticipated that work will be divided evenly between the two contracts. Work under the contract to be subject to satisfactory negotiation of individual delivery orders not to exceed $150,000 each (some orders can be raised to $200,000 if determined necessary by the contracting officer, with a total not to exceed $500,000 during each 12-month period. Selection of AE firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are a minimum of 52.5% of the contractor's intended subcontract amount be placed with Small Businesses (SB), including Small Disadvantaged Businesses (SDB), and women-owned business, 8.8% be placed with SDB, and 5% for Women-Owned Business. The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: The contracts will primarily be used for the architectural and comprehensive interior design with portions of projects being designed by in-house personnel of the Mobile District. In some instances, engineering work in other disciplines will be required. The successful firm must be able to demonstrate the capability to complete designs in the metric format. Some cost estimates will be prepared utilizing IBM/MS-DOS compatible ''Composer Plus M-CACES Edition'' estimating software. The software, user manual and database will be provided by the Mobile District to the selected firm. The selected firm must have the capability to perform topographic surveys and subsurface investigations. The majority of the work will be in the Southeastern United States; however, work may be in other locations assigned to the Mobile District. 3. SELECTION CRITERIA: See Note 24 for general 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-E are primary. Criteria F-H are secondary and will only be used as ''tie-breakers'' among technically equal firms. A. Professional capabilities: The contract will require the following disciplines with registration required for Architecture and Engineering: (1) Architect; (2) Landscape Architect; (3) Registered NCIDQ Interior Designer or Registered Architect with individual and firm experience in comprehensive interior design, including space planning and applicable Code of Federal Regulation rules, prewired workstations, furniture specifications, and knowledge of the acquisition process including applicable FAR and funding limitations; (4) Civil Engineers; (5) Mechanical Engineers; (6) Electrical Engineers; (7) Structural Engineers; (8) Geotechnical Engineers; (9) Environmental Engineers; (9) Cost Estimators. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. B. Specialized experience and technical competence: Additional evaluation factors are provided in order of importance: (1) Architectural Design including productions of plans and specifications for military, government, and commercial buildings; (2) Comprehensive Interior Design for Government projects including space planning and applicable Code of Federal Regulation rules, prewired workstations, furniture specifications, and knowledge of the acquisition process including applicable FAR and funding limitations; (3) Experience using automated cost estimating systems; (4) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization including an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants. C. Capacity to Accomplish the Work: (1) Capacity to at least three (3) $100,000 delivery orders simultaneously. (2) D. Past Performance: Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Geographic Location: Geographic location with respect to the Mobile District Office. F. Small Business and Small Disadvantaged Business Participation: Extent of participation of Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities, and Minority Institutions in the proposed contract team, measured as a percentage of the total estimated effort; H. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit a copy of their SF 254 and SF 255, and a copy of each consultant's SF 254. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. These must be received in the Mobile District Office (CESAM-EN-MN) not later than close of business on the 30th day after the date of publication of this solicitation in the Commerce Business Daily. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business on the next business day. Solicitation packages are not provided. This is not a request for proposal. Regulations requires that any submittals received after this date cannot be considered by the Selection Board. Include ACASS number in Block 3b and RFP Number in Block 2b of the SF 255. Solicitation packages are not provided. This is not a request for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered(0064)

Loren Data Corp. http://www.ld.com (SYN# 0024 19960305\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page