|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1997 PSA#1776U.S. Army Engineer District, Norfolk, Attn: CENAO-EN, 803 Front Street,
Norfolk, Virginia 23510-1096 C -- A-E SERVICES, MINOR CIVIL WORKS PROJECTS, NORFOLK DISTRICT POC
Tom Szelest, 757-441-7700 CONTRACT INFORMATION: Architect-Engineer
(A-E) services are required for a variety of project, primarily civil
works in nature. An Indefinite Delivery Contract (IDC) will be
negotiated and awarded with a base year and two option years. These
services are being procured in accordance with PL 92-582 (Brooks A-E
Act) and Federal Acquisition Regulation (FAR) Part 36. The amount of
work for the contract year shall not exceed $300,000 and no delivery
order shall exceed $150,000. Work shall be performed after a negotiated
firm-fixed-price task order has been negotiated. The cumulative value
of the contract is $900,000. The contract is anticipated to be awarded
by March/April 1997. This announcement is open to all businesses
regardless of size. If a large business is selected for this contract,
it must comply with FAR 52.219-9 and a Small Business (SB) and Small
Disadvantaged Business (SDB) Subcontracting Plan must be submitted
prior to award. SIC 8711 is applicable for this requirement. The
subcontracting goals for the Norfolk District, which will be considered
by the Contracting Officer, are that a minimum of 50% of a contractor's
intended subcontract amount be placed with SBs (including SDBs) and a
minimum of 5% be placed with SDBs. The wages and benefits of service
employees (see FAR 22, 10) performing under these contracts must be at
least equal to those determined by the Department of Labor under the
Service Contract Act. PROJECT INFORMATION: The project consists of
engineering, design, preparation of plans and specifications, cost
estimates, reports and possible development of Long-Term Management
Strategies (LTMS) for navigation project(s) within the jurisdiction of
the Norfolk District. A-E services may include site investigations,
topographic surveys, hydrographic surveys, development of LTMS for
Dredged Material Placement Areas, preparation of plans and
specifications for construction of minor projects and preparation of
reports. SELECTION CRITERIA: See Note 24 for general A-E selection
process. The selection criteria are listed below in descending order of
importance (first by major criterion and then by each subcriterion).
Criteria a through e are primary. Criteria f and g are secondary and
will only be used as "tie-breakers" among technically equal firms. a.
Specialized experience and technical competence: (1) Demonstrated
experience to handle a variety of civil engineering, hydrographic and
topographic surveying work relating maintenance and new work dredging
of river and harbor projects. (2) Demonstrated experience in the
application of the Dredged Material Research Program results in the
design and implementation of dredging projects and long term disposal
solutions. (3) Must show the capacity of performing extensive
hydrographic and topographic surveys and producing charts and design
documents meeting Corps of Engineers criteria. (4) Demonstrated
experience and capability for ocean surveying with automated
hydrographic surveying system. The ocean surveying may require systems
with ranges of 30,000 to40,000 feet for horizontal positioning,. (5)
Demonstrated experience and capability to sample dredge material, both
grab and core samples, from channels ranging in depth from 6 feet to
40 feet. These samples must be obtained with accurate horizontal
locations and depths. Firms are required to identify and describe
equipment to be used for automated hydrographic surveying and
positioning and the vessel in which the survey and positioning
equipment will be mounted. (6) Computer Resources -- firms must
indicate in Block 10 of the SF 255 the following items: (a)
accessibility to and/or familiarity with the Construction Criteria Base
(CCB) system. This shall include as a minimum, the SPECSINTACT
specification system, and the MCACES estimating system; (b)
demonstrated CADD capability with capacity to produce output files in
".DXF" or ".DWG" file format. b. Professional qualifications: (1) The
design team must possess currently registered professional personnel
(in-house) in the CIVIL ENGINEERING discipline and experienced
personnel (in-house or by use of consultant) in ENVIRONMENTAL ENGINEER.
(2) A Project Team Management Plan including team organization and
proposed method of carrying out the work to meet specific individual
delivery order requirements and schedules. c. Capacity to accomplish
the work in the required time: Firms must demonstrate ability of the
design team to complete the project as scheduled. d. Past performance
on Department of Defense (DoD) and other contracts: (1)
Architect-Engineer Contractor Appraisal Support System (ACASS)
evaluations (superior performance evaluations on recently completed
projects is advantageous); (2) Letters of evaluation/recognition by
other clients; (3) Cost control and estimating performance as a
percentage deviation between the final estimate and low bid on similar
TYPE and SIZE projects; (4) On-time delivery of designs for DoD and
similar projects. e. Knowledge of the Locality: as described in Note
24. f. Location of the firm in the general geographic area of the
Norfolk District, Corps of Engineers. g. Volume of DoD contract awards
in the last 12 months. Equitable distribution of contracts among
qualified A-E firms, including minority-owned firms, SB and SDB
participation and firms that have not had prior DoD contracts will only
be considered when used as a "tie-breaker". Considerations may include:
(1) ACASS retrievals; (2) Current workload as listed in Block 9 of the
SF 255; and (3) Equitable distribution of work among A-E firms
(including minority-owned firms, SB and SDB participation and firms
that have not had prior DoD contracts) will only be considered when
used as a "tie-breaker". SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. All requirements of this announcement
must be met for a firm to be considered for selection. Interested
firms having the capabilities to perform this work must submit a single
SF 255 (11/92 edition) for the design team and single copies of current
SF 254 (11/92) 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. For the purpose of this notice, day number
one is the day following the date of publication. If the 30th day is
a Saturday, Sunday, or Federal Holiday, the deadline is the close of
business of the next business day. The SF 255 must include the
following: a. Firms with more than one office -- (1) Block 4:
distinguish, by discipline, between the number of personnel in the
office to perform the work and the total number of personnel in the
firm; (2) Block 7c: each key person's office location; b. Block 3:
prime firm's ACASS # and distance (in terms of POV driving miles) from
address of office to perform the work and the Norfolk District. For
ACASS information, call 503-326-3459; c. Block 7f: registrations must
include the year, discipline and state in which registered; d. Block
8b: Include a descriptive project synopsis of major items of work; e.
Block 9. Indicate fee in terms of thousands of dollars, not percentage
of work completed. f. Block 10. Describe owned or leased equipment
that will be used to perform this contract, CADD capabilities, an
organizational chart including all key elements of the design team
demonstrating the firm's understanding of and ability to execute
projects under the contract. The revised 11/92 edition of the SF 255
(NSN 7450-01-152-8074) and SF 254 (NSN 7540-01-152-8073) is required.
Forms may be obtained through GPO at (202) 783-3283. Submittals by
facsimile transmission and information in cover letters will not be
accepted. Prior to the final selection, firms considered highly
qualified to accomplish the work may be interviewed either by telephone
or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL.
SOLICITATION PACKAGES WILL NOT BE PROVIDED.***** (0034) Loren Data Corp. http://www.ld.com (SYN# 0017 19970205\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|