|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926U.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 SUPPORT THE MOBILE DISTRICT MASTER PLANNING MILITARY
MISSION, RFP: DACA01-97-R-0086 SOL AEMXXX-7200-0018 POC Contact Dewayne
Brackins, 334-441-5755; Contracting Officer, Edward M. Slana (Site Code
W31XNJ) CONTRACT INFORMATION: A-E services are required for an
Indefinite Delivery Contract to Support the Mobile District's Master
Planning Program. Master Planning projects, military and civil works,
will be located in the states of Alabama, Georgia, Tennessee,
Mississippi and other areas that may be assigned to the Mobile
District. 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 task orders, not to exceed $1,000,000 for each contract
period. (If the $1 million limit for a contract period is exhausted or
nearly exhausted prior to 12 months after the start of the period, the
option for the next contract period may be exercised.) 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. PROJECT INFORMATION: The selected firm will be required to
perform services in the states of Alabama, Georgia, Tennessee, and
Mississippi and with possible work in Central and South America and
other areas that may be assigned to the Mobile District. The contract
will be used primarily for developing master plan studies, specialized
studies, drawings, tabulations, and development of Geographic
Information System (GIS). The contract will also be used to provide
digital mapping data readable and fully operable on an AutoCADD and
Intergraph Microstation computer-aided design and drafting (CADD)
system. Military Master Planning will be in accordance with
requirements established in Tri-Service Spatial Data Standards, AR
210-20 and AFR 86-4. SELECTION CRITERIA: 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 H
are secondary and will only be used as "tie-breakers" among technically
equal firms. A. Professional Qualifications: The contract will require
the following professional disciplines, with registration required
where applicable. Use the nomenclature for disciplines as noted in this
advertisement: (1) Urban/Regional Planner; (2) Landscape Architect; (3)
Architect; (4) Cost Estimator; (5)Transportation Planner; (6) Civil
Engineer; (7) Electrical Engineer; (8) Mechanical Engineer; (9)
Economist; (10)Biologist; (11) Forester; (12) Ecologist; (13) Wildlife
Biologist. Resumes (Block 7 of the SF 255) must be provided for these
disciplines, including consultants. B. Specialized experience and
technical competence in: (A) Specialized experience in: (1) Army Real
Property Master Plans; (2) Air Force Base Comprehensive Plans; (3)
Automated Mapping/Facility Management (AM/FM) providing the drawings in
AutoCadd and/or Intergraph Microstation; (4) Traffic Engineering; (5)
Detailed Utility Mapping; (6) Programming Documents; (7) DD Form
1391's; (8) Project Development Brochures; (9) Overlay Composite Method
Master Plans; (10) Geographic Information System (GIS); (11)
Topographic Digital Mapping; (12) Space Utilization and Facility
Planning. In Block 10 of the SF 255 describe the firms's quality
management plan, including the team's organization including an
organizational chart, quality assurance, and coordination of in-house
work with consultants. C. Capacity to Accomplish the Work: The capacity
to accomplish at least three (3) $200,000 task orders simultaneously.
D. Past Performance: Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules; E. Experience in Specialized Planning Studies:
(1) Multi-Service Consolidation Planning; (2) BRAC DD1391s; (3)
Facility Transition Planning; (4) Facility Functional Analysis; F.
Geographic Location: Geographic location with respect to the Southeast
United States; G. Small Business, Small Disadvantage 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; H. Equitable Distribution of DOD contracts: Volume of
DOD contract awards in the last 12 months as described in Note 24.
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 of the next business day. Include ACASS number in
Block 3b. Call the ACASS Center at 503-326-3459 to obtain a number.
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
contracts will be conducted only for those firms considered highly
qualified after submittal review by (0248) Loren Data Corp. http://www.ld.com (SYN# 0021 19970909\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|