Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1997 PSA#1812

USAED, SACRAMENTO, CORPS OF ENGINEERS, ATTN: A-E NEGOTIATIONS SECTION, 1325 J STREET ROOM 1079, SACRAMENTO CA 95814-2922

C -- INDEFINITE DELIVERY INDEFINITE QUANITY CONTRACT FOR DUGWAY PROVING GROUNDS, UTAH SOL DACA05-97-R-0078 DUE 042897 POC Mr. Ken Parkinson, Unit Leader, A-E Negotiations Unit, (916) 557-7470. Contracting Officer: Fredrick J. Strickland. (Site Code DACA05) 1. CONTRACT INFORMATION: A-E services are required to provide Dugway Proving Ground with work and services consisting of a variety of small projects, primarily renovation, and may also include design of new projects with limited scope. A specific scope for work and services required will be issued with each task order. Responding firms must indicate computer capability for CADD services and for accessing an electronic bulletin board and Sacramento District s Automated Review Management System (ARMS). The end result of this design shall be drawings, and in addition, the contractor shall provide electronic data in and/or compatible with vectorized AutoCAD format (version 13.0) for design drafting/mapping operations, and Microsoft Word system for text files. The Corps of Engineers Computer Aided Cost Estimating System (CACES) may be used to develop design cost estimates. An indefinite delivery contract will be negotiated for these services. The contract will be issued by the Sacramento District; however, most task orders will be administered by Dugway Proving Ground. Firm-fixed price indefinite delivery, indefinite quantity contract will be negotiated and is anticipated to be awarded in May 1997. The contract will be for a one-year period not-to-exceed $250,000 for the basic year and two one-year options not-to-exceed $250,000 each. The options may be exercised at the discretion of the Government, and may be exercised early if the Total Estimated Price is exhausted or nearly exhausted; any alteration in rate changes from one year to the next as negotiated into the contract will be negotiated as needed between the Government and the A-E. Individual task orders may be limited to a maximum of $100,000 when issued by the installation. This announcement is open to all firms regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The recommended goal for the work intended to be subcontracted is 55% for small business. It further states that out of that 55% to small business, 8.5% is for small disadvantaged business (subset to small business) and 3.0% is for small business/woman owned (subset to small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firm submits a plan with lesser goals, they must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. The SIC code is 8712 with business size standard of maximum $2.5 million of average annual receipts for its preceding 3 fiscal years. 2. PROJECT INFORMATION: Task orders to be issued under this contract may range in scope from a small study to a new project design of limited scope. The services required will be primarily of the architectural renovation, some of historical significance, of a variety of small projects and may also include design of new projects with limited scope. Input may be required by architectural with a full complement of disciplines, civil/structural, mechanical/electrical engineering disciplines as well as interior design and environmental engineering services, explorations, investigations, regulatory and NEPA documents. Individual task orders may include maintenance and repair type projects, engineering and environmental studies, preparation of programming documents and project definition documents for military projects, and miscellaneous architectural and engineering services associated with military installations. The studies and designs may include efforts to provide required environmental regulatory permits. Demolition of existing facilities may be required which will necessitate an asbestos and/or lead based paint investigations with provisions for removal included in the design documents. Some work may entail documenting facility and utility locations utilizing a GPS and conversion into an AutoCad Mapping System. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a through e are primary. Criteria f through h are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in (1) The design of a variety of alteration and repair projects and small new facilities; (2) The use of recovered materials and achieving waste reduction and energy efficiency in facility design. b. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: Architectural, Civil, Mechanical, Electrical, Structural, Environmental, Interior Design, CADD and Certified Industrial Hygienist. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Capacity of the firm to accomplish multiple simultaneous task orders in the required time frame and to respond to numerous quick turn-around projects. e. Location in the general geographical area of the project and knowledge of the locality of the project. f. Volume of DOD contract awards in the last 12 months as described below. g. Location of the firm in the general geographical area of Dugway Proving Ground. h. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed of SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (project manager, architect, design engineer, etc.) In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal Holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 24 and 26. (0085)

Loren Data Corp. http://www.ld.com (SYN# 0034 19970328\C-0013.SOL)


C - Architect and Engineering Services - Construction Index Page