Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1996 PSA#1724

U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978

C -- DESIGN/EVALUATION OF AIRFIELDS AND ROADWAYS WORLDWIDE SOL DACA45-97-R-0010 POC For further information, contact John M. Miller at: (402) 221-4176. CONTRACT INFORMATION: Up to two Indefinite Delivery Type contracts may be awarded for a base period and may include an option for two additional periods. The Base period and any option periods will not exceed one year each. A contract option may be exercised before the expiration of the base contract period or preceding option period if contract amount for the base period (or preceding option period) has been exhausted or nearly exhausted. Each Delivery Order issued under this contract will not exceed $2,000,000 with cumulative amount of contract not to exceed $2,000,000 per performance period. The Delivery Orders will be issued from time to time as the need arises during the contract periods and may be issued by any of the Corps of Engineers offices. Contract award is anticipated in March 1997. Types of services required will include concept design, final design, construction phase services, site investigations, studies and reports. One or two contracts will be awarded as needed to support workload requirements. The contracts will be awarded in order of the Selection Board's ranking of the selected firms. The ranking will be based on the items listed in SELECTION CRITERIA below. Submitters are advised that one or both contracts may not be awarded if not supported by sufficient workload. Allocation of delivery orders from among firms awarded contracts will be based on the following factors: specialized knowledge or expertise that would significantly benefit a specific customer or enhance execution, past experience with a specific customer or knowledge of the locality, availability of appropriate staff, performance on previous delivery orders, magnitude of delivery order relative to remaining contract capacity, equitable workload distribution. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 55% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.5% be placed with small disadvantaged businesses (SDB), and 3% be placed with women-owned small businesses (WOSB). PROJECT INFORMATION: Work under this contract will include the design/evaluation of military and civil works airfields and roadways at locations throughout CONUS (Continental United States) and OCONUS (outside CONUS). Delivery orders under this contract may include design and evaluation services in conjunction with the following: (1) Nondestructive testing/evaluation of existing pavement, (2) Field and laboratory testing of existing pavement and proposed paving material, (3) Preparation of plans, specifications, and design analyses for the direct design of airfield and roadway pavements which includes the capability for surveying, subsurface investigation and site development, and (4) Specialized consulting services and engineering studies related to the planning, design, construction and evaluation of airfield systems. These services may consist of development/update of transportation systems engineering criteria, NAVAIDS and Airfield lighting criteria, computer programming for the development of transportation systems computer application programs for design and evaluation, and trouble shooting construction problems. Use of the metric system of measurement will be required for some deliverables under the proposed contract, however, metric system experience is not a selection criterion and is not required for selection. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Design of airfield maintenance and repair projects. (2) Design and construction of new airfield and roadway pavement with bridges. (3) Knowledge of Army Airfield air space criteria and Federal Aviation Administration (FAA) standards. (4) Design of hangars. (5) Producing quality products as evidenced by the firm's quality control procedures. (6) Effective coordination and management of the project team, including consultants. (7) Construction cost estimating and preparation of estimates on IBM compatible personal computers using Corps of Engineers Micro- Computer Aided Cost Estimating System (M-CACES) GOLD version or similar system (M-CACES software will be provided). (8) Producing Computer Aided Drafting and Design (CADD) drawings fully compatible with one of the following: Intergraph Unix System 5 Microstation 32 (version 5.0 or later, Intergraph MS-DOS Microstation PC (version 5.0 or later). (b) Professional qualifications and specialized experience, in providing services similar to those listed above, of the proposed team members (including consultants) in the following disciplines: Civil Airfield Engineer, Construction Pavement Engineer, Transportation Engineer, Materials Engineer, Geotechnical Engineer, Estimator, Structural Engineer, Electrical (navigational aids) Engineer, Pavement Engineer, Architect, Mechanical Engineer, Sanitary Engineer, CADD operator, Typist, Computer Programmer and Soil/Paving Laboratory Technician. (c) Capacity to accomplish the work in the required time, including the ability to complete more than one work order at a time. (d) Past performance as described in Note 24. (e) Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SF 254 for prime and each consultant. To be considered, submittal must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittal must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. Personal visits for this solicitation to the Omaha District offices will not be scheduled. Technical questions shall be directed to John Gregory at (402) 697-2667. See Numbered Note(s): 24. (0320)

Loren Data Corp. http://www.ld.com (SYN# 0013 19961118\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page