Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607

US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101 JEFFERSON PLAZA NE, ALBUQUERQUE NM 87109-3435

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT-ENGINEER (A-E) SERVICES FOR THE ALBUQUERQUE DISTRICT SOL DACA47-96-R-0026 DUE 070396 POC Contract Specialist Linda J. Anderson (505) 342-3451 (Site Code DACA47) R-1. CONTRACT INFORMATION: One Indefinite Delivery Contract will be awarded for Architect-Engineer (A-E) services for a period of one year with an option for one additional year. The contract will be primarily for civil works and military projects within the Albuquerque District boundaries, which include Southern Colorado, New Mexico and Southwest Texas, however, the Contractor may be required to work outside this area. The successful firm may be utilized for complete projects or in support of larger in-house efforts. Services during construction to include construction inspection, shop drawing review, and as-built drawing preparation may be required. This Contract will be procured in accordance with Pl 92-582 (Brooks A-E Act) and FAR Part 36. Work will be negotiated and initiated by issuance of delivery orders which will not exceed $150,000. The contract limit is $750,000 per year and the total contract will not exceed $1,500,000. The successful firm is guaranteed no less than $15,000 for the basic year and, if the option year is exercised, the firm shall be guaranteed $7,500 for the option year. When the Government has multiple Indefinite Delivery Contracts for identical services, Delivery Orders will be issued to the various firms based on expertise and workload, provided performance has been satisfactory. The intent is to equally distribute the work. The anticipated Contract award date is December 1996. This procurement is unrestricted. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal is for 60% of the subcontracted dollars to go to small business with 10% and 5% of those dollars going to small disadvantaged business and woman owned business respectively. 2. PROJECT INFORMATION: The work may include engineering studies and reports, preliminary and final designs to include cost estimates, plans and specifications and services during construction. Some designs shall be developed using the metric system of measurement. 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 through e are primary. Criteria f through i are secondary and will be used as ''tie-breakers'' among technically qualified firms. a. Demonstrated Specialized Experience and Technical Competence in: 1) Air Force Project experience in preparation of plans and specifications and construction cost estimates for administrative offices, building additions/alterations projects, family housing/dormitory projects, aircraft support facilities comprehensive interior design and site development. Firms must also demonstrate engineering design experience with roads, parking areas, utility improvement projects, flood control structures, bridges, and landscape design. 2) The ability to accomplish construction cost estimates utilizing M-CACES Gold or Composer Plus software. 3) The ability to deliver final drawings in AutoCad (Trademark) version 12 usable format and Microstation (Trademark) version 5.0 or later and narratives compatible with WordPerfect (Trademark) format. 4) Implementation of a Design Quality Management Plan. b. Qualified Professional Personnel in the following disciplines: Firms must be able to provide registered professionals assigned in the positions for Project Management, Architecture, Structural Engineering, Mechanical Engineering, Electrical Engineering, Civil Engineering, and Water Resources Hydraulic Engineering. The firm must be able to provide a cost estimator with M-CACES gold or Composer Plus experience. Firms formally trained in using M-CACES is advantageous. The Project Manager(s) must have experience managing design of Air Force and Civil Works projects. The design team must be familiar with relevant Air Force and Civil Works design criteria. c. Past performance on DoD and other contracts in terms of cost control, quality of work, and compliance with performance schedules. d. Capacity to accomplish two concurrent delivery orders. e. Knowledge of the Locality: Firms knowledge of Kirtland, Cannon and Holloman Air Force bases as well as the area encompassed by the Albuquerque District boundaries will be a consideration. f. Location of the firm with respect to Albuquerque, New Mexico, is advantageous provided there are a sufficient number of qualified firms in the area. g. Volume of DoD contract awards in the last 12 months as described in Note 24. h. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. i. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. In-house capabilities will be weighted heavier than subcontracted work in the evaluation process. Joint Venture Firms will be considered as having capabilities in-house. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the next business day. Solicitation packages are not provided. The solicitation number is DACA47-96-R-0026. Only data furnished by the responding firm on the SF 254 and SF 255 will be considered in the selection process. Personnel qualifications of all key subconsultants are to be included in block 7 of the SF 255. Responding firms are requested to clearly identify those tasks to be performed in-house and at what office and those tasks to be subcontracted and at what office. The SF 255 should specifically address the requirements of this announcement. Responding firms are requested to summarize their Quality Management Plan and identify all relevant computer capabilities in block 10 of the SF 255. In addition, responding firms are requested to provide the total amount of DoD contract dollars awarded firm-wide (including contract modifications) for the last 12 months in block 10 of the SF 255. Firms responding as Joint Ventures must state the intent in block 5 of the SF 255. FIRMS SHALL LIMIT BLOCK 10 OF THE SF 255 TO NO MORE THAN 10 PAGES. The POC is Linda J Anderson (505) 342-3451. No other general notifications will be made and no further actions will be required from firms under consideration. This is not a Request For Proposal.(0151)

Loren Data Corp. http://www.ld.com (SYN# 0027 19960531\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page