|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1996 PSA#1665U.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 -- IDC TO SUPP THE CONSTR. DIV CONSTR. MGMT ACT FOR THE NO. FL &
GULF COAST AREA OFC, RFP: DACA01-96-R-0087 SOL AEMXXX-96XX-0014 POC
Contact Mr. Dan Mizelle, 334/441-5741; Contracting Officer, Edward M.
Slana (Site Code W31XNJ) 1. CONTRACT INFORMATION: A-E services are
required for an Indefinite Delivery Contract to Support the Mobile
District Construction Division's Construction Management Activities for
the North Florida and Gulf Coast Area Offices. This announcement is
open to all businesses regardless of size. The Contract will be awarded
for a one year period with an option to extend the contract for two
additional periods, not to exceed a total of three years. Work to be
subject to satisfactory negotiation of individual delivery orders with
the total contract not to exceed $750,000 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: The firm selected
will be required to perform services primarily at Tyndall AFB, FL,
Eglin AFB, FL, Hurlburt Field, FL, and the Gulf Coast. Other work at
locations within the Mobile District may also be assigned. The selected
firms will be required to perform a broad range of engineering services
to satisfy fluctuating needs and conditions. Services required include
assistance and guidance to Field Offices, and site visits. 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 thru D are primary. Criteria E thru G
are secondary and will only be used as ''tie-breakers'' among
technically equal firms. A. Professional Qualifications: The contract
will require the following disciplines: (1) Architecture; (2) Civil
engineering; (3) Mechanical engineering; (4) Electrical engineering;
(5) Structural engineering; (6) Cost estimating; (7) Construction
Inspectors in (a) civil; (b) electrical; (c) mechanical; (d)
structural. Resumes (Block 7 of the SF 255) must be provided for these
disciplines, including consultants. B. Specialized experience and
technical competence in: (1) Shop drawing reviews; (2) Construction
inspection; (3) Biddability and constructibility reviews; (4) Review of
contractor submittals; (5) Preparation of contract related documents
and analysis, such as construction cost estimates, delay impact
analysis, claims and change order analysis; (6) In Block 10 of the
SF255 describe the firm's quality management plan, including the team's
organization with an organizational chart, quality assurance, and
coordination of the in-house work with consultants. C. Capacity to
Accomplish the Work: The capacity to field up to three (3) Construction
Inspectors concurrently. D. Past Performance: Past performance on DOD
and other contracts with respect to cost control, quality of work, and
compliance with performance schedules; E. Geographic Location:
Geographic location with respect to the region under consideration. F.
Small Business, Small Disadvantaged Business, and Women Owned Business
Participation: Extent of participation of small businesses, small
disadvantaged businesses, women owned 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 submissions requirements. Firms
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 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 highly qualified after submittal review by the selection
board. (0234) Loren Data Corp. http://www.ld.com (SYN# 0015 19960822\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|