Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 7,1997 PSA#1756

US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA 98124-3755

C -- IDT FOR A-E DESIGN AND CONSTRUCTION SUPPORT SERVICES, PUBLIC WORKS, FT. LEWIS, WA SOL DACA67-97-R-0025 DUE 020797 POC Contract Specialist Nancy L Briar (206) 764-6801 (Site Code DACA67) Architect-engineer services are required for an indefinite delivery contract to perform multidisciplinary design services and construction support services for the exclusive use of Public Works at Fort Lewis, WA. Services to be provided by the A-E wil be primarily for architectural with related civil, mechanical and electrical engineering projects including asbestos and lead-based paint abatement work. The A- E will be expected to prepare plans, specifications, design analysis, construction estimates nd some studies for a variety of maintenance, repair, alteration and minor construction projects. Significant evaluation criteria in decending order of importance are: (1) Specialized experience and technical competence of the firm in types of work required, including knowledge of the locality of the work to be done. (2) Professional qualifications of firm's staff and consultants to be assigned to this project, whic are necessary for satisfactory performance of required services. (3) Capacity of the team to accomplish multiple simultaneous task orders in the required time. (4) Past performance on DoD and other contracts with respect to cost control, quality of work, nd compliance with performance schedules. NOTE: The following criteria are considered secondary factors and will only be used at Final Selection as tie-breakers. (5) Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), Historically Black Colleges and Universities and Minority Institutions in the proposed contract team, measured as a percentage of estimated effort. (6) Voume of DoD contract awards to the prime A-E in the last 12 months. A-E will be required to use MCACES for cost estimating on this project. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate abiliy to access an electronic bulletin board and automated review management system (ARMS) via modem. Proposed procurement will result in a fixed-price indefinite delivery contract with a base period of one year and two option periods of one year each. Individual fixed-price task orders will be issued as requirements arise. Individual task orders shall not exceed the annual contract amount, and it is anticipated tas orders will not exceed $500,000. The ceiling for the base period and each of the two option periods is $1,000,000. The total cumulative contract amount for the base and option years shall not exceed $3,000,000. Start and completion dates are scheduled forJuly 1997 and July 2000, respectively. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of key personnel to be assigned to this project, current SF 254, and consultants current SF 254s. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. The street address is: 4735 East Marginal ay South, Seattle, WA 98134-2385. This project is open to both large and small businesses. This is not a request for proposal. It is anticipated that the selected firm will be required to submit a subcontracting plan with its fee proposal if it is a large usiness. For this procurement, a large business is a concern for which the annual average gross revenue taken for the last three (3) fiscal years exceeds $2.5 million. The plan must be consistent with Section 806(b) of PL 100-180, PL 95-507 and PL 99-661. If a large firm chooses to subcontract, it is recommended that 50 percent of the total planned subcontracting dollars should be placed with Small Business(SB) concerns, 8 percent with Small Disadvantaged Businesses (SDB), or Historically Black Colleges and Universities or Minority Institutions, and 5 percent to Women-Owned Businesses (WOSB). WOSB's may not qualify as SDBs for federal contracts. (0003)

Loren Data Corp. http://www.ld.com (SYN# 0010 19970107\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page