Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1996 PSA#1660

U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P. O. BOX 2288,, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602

C -- IND DEL CONTRACTS (2) FOR A-E SERV TO SUPPORT THE MOBILE DISTRICT MILITARY PROGRAM SOL AEMXXX-96XX-0012 POC Contact Mr. Dan Mizelle, 334/441-5741; Contracting Officer, Gene L. Curtis (Site Code W31XNJ) 1. CONTRACT INFORMATION: A-E services are required for two (2) Indefinite Delivery Contracts to Support the Mobile District Military Program. This announcement is open to all businesses regardless of size. The contracts will be awarded for a one year period with options to extend the contracts for two additional periods, not to exceed a total of three years. (These contracts are intended to replace existing contracts which expire in 1997.) Work to be subject to satisfactory negotiation of individual delivery orders with the total contract not to exceed $1,000,000 for each contract 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: Work under these contracts will be evenly distributed between the two successful firms. Specific projects are not known at this time but are expected to be primarily multiple small, renovation/repair projects, such as, building renovations and additions. Work will also include topographic surveys and subsurface investigations for selected projects. Preparation of project definition and programming packages for military construction projects will also be required. Some projects will require construction phase services. 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 firms. 3. SELECTION CRITERIA IN RELATIVE ORDER OF IMPORTANCE: 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-G 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) Architects; (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; (10) Registered Engineers for the States of Florida and Tennessee who are knowledgeable in environmental permitting with experience in dealing with all permitting agencies at various levels of government in each of the States. 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)Preparation of plans, specifications, and cost estimates for repair and maintenance projects ranging from $100,000 to $750,000 in construction value; (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 in design of military projects; (4) Experience using automated cost estimating systems; (5) In Block 10 of the SF 255 describe the firms' 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: Capacity to complete at least three (3) $200,000 delivery orders simultaneously in a limited time frame. 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 Southeastern U.S. 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; G. 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. Regulations require that any submittal received after this date cannot be considered by the Selection Board. Solicitation packages are not provided. This is not a request for proposal. Include ACASS number in Block 3b and RFP Number in Block 2b of the SF 255. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the proposed contracts will be conducted only for those firms considered highly qualified after submittal review by the selection board. (0227)

Loren Data Corp. http://www.ld.com (SYN# 0015 19960815\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page