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