|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1998 PSA#2032U.S. Army Corps Of Engineers, Pittsburgh District William S. Moorhead
Federal Building, 1000 Liberty Avenue, Room 727, Pittsburgh, PA
15222-4186 C -- INDEFINITE DELIVERY CONTRACT FOR ENGINEERING, DESIGN AND
ASSOCIATED ENGINEERING SUPPORT SERVICES FOR PITTSBURGH DISTRICT, U.S.
ARMY CORPS OF ENGINEERS SOL DACW59-98-R-0005 POC Contracting POC, Janet
E. Laukaitis, (412)395-7476, Technical POC, Terry Stanton, (412)
395-7138 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers,
Pittsburgh District, proposes to obtain the services for UP TO THREE
Multidiscipline Indefinite Delivery Architect-Engineer (A-E) contracts
for engineering, design and related services. Each contract will have
a base period not to exceed one year with up to two additional option
periods, not to exceed one year each that may also be awarded.
Individual, fixed-price task orders issued under these contracts will
not exceed $1,000,000.00 and the cost ceiling for each base and option
period for each contract will be $1,500,000.000. An option period may
be exercised at the discretion of the Contracting Officer when the
contract amount for the base period or preceding option period has been
exhausted or nearly exhausted. One of the three contracts will be
awarded initially with the remaining two to be awarded within 12 months
depending on workload and contracting requirements. The criteria to be
used in allocating task orders among the contracts will be based on
the following: (1) Contract Minimums, task orders will be distributed
to assure the guaranteed minimums are met; (2) Past performance on
previous task orders, the quality and timeliness of work delivered on
prior jobs under the current contract; (3) current capacity to
accomplish the task order in the required time; (4) unique specialized
experience; (5) equitable distribution of work among the contractors.
This announcement is open to all businesses regardless of size. If a
large business is selected for any of these contracts, it must comply
with FAR 52.219-9 regarding the requirement for a subcontracting plan
on that part of the work that it intends to subcontract. The
subcontracting goals for this contract are that a minimum of 20% of the
contractors' intended subcontracted amount be placed with small
businesses (SB), including small disadvantaged businesses (SDB), and 5%
placed with SDB. Firms are required to submit their proposed
subcontracting plan for this contract along with their Standard Form
255. The wages and benefits of service employees performing under these
contracts must be at least equal to those determined by the Department
of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The
A-E Services to be provided under these contracts will be
multidisciplinary in nature to support the Pittsburgh District's
mission to plan, design, construct, operate and maintain navigation
projects (locks and dams), flood control reservoirs and dams, local
flood protection projects, river basins, recreation and other
facilities. Services will include, but not be limited to, Civil,
Structural, Specification, Geotechnical, Sanitary, Mechanical,
Electrical, Environmental, Cost, Hydrologic and Hydraulic Engineering;
Architectural Design and the necessary related engineering support
services such as CADD, surveying and cost estimates. The Contractors
will be required to provide the appropriate personnel, materials,
equipment, management, quality and cost controls to perform all phases
of engineering and architectural services to include, but not be
limited to, engineering investigations/studies; designs; reports;
construction plans and specifications; preliminary cost estimates;
general construction and engineering type surveys; and Computer Aided
Design and Drafting (CADD). Work shall be accomplished in full
compliance with established Corps of Engineers manuals, policies,
standards and practices and other professional practices and standards
as necessitated by project conditions or job requirements. Work to be
accomplished may be required to be performed using the metric system
of measurement. The location of services may be required anywhere
within the boundaries or assignments of the Pittsburgh District Office
in conjunction with various Civil Works and/or Military Programs (may
be outside District Boundaries) assigned to the Pittsburgh District
Office in Pittsburgh, PA 3. SELECTION CRITERIA: See Note 24 of the CBD
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 sub-criterion). Criteria (a) through (e) are primary.
Criteria (f) through (h) are secondary and will only be used as
"tie-breakers" among technically equal firms and also will be used to
rank the three firms selected to determine the order of negotiations
and awarding of the three contracts. (a) Specialized Experience and
Technical Competence: the firm (the firm shall be considered the prime
firm and all subcontractor(s))and its staff shall have specialized
experience and technical competence in: (1) all phases of engineering
including experience related or similar to the design and/or
rehabilitation of navigation locks and dams; earthen and concrete flood
control dams; multi-purpose reservoir project features (i.e. roads,
buildings, recreational features); local flood protection projects;
wastewater and sewage treatment facilities; water treatment and
distribution facilities; environmental designs and studies of acid mine
drainage control and remediation; water quality; stream restoration;
and energy conservation, pollution control, waste reduction and the use
of recovered materials for the design of buildings and other
facilities; (2) using innovative design concepts/engineering practices
and state-of-the-art technologies; (3) designing projects within
constrained construction schedules and funding limitations; (4)
producing and delivering CADD drawings in a format fully compatible
with MicroStation Version 5.0 and the Tri-Service CADD Standards; (5)
delivering data and/or final digital products on 8-mm tape cartridge,
CD-ROM and via the Internet and communicating utilizing email; (b)
Professional qualifications of the key project management and technical
personnel to be assigned to the contract and perform the required
services as listed in Section 2, PROJECT INFORMATION. The evaluation of
professional qualifications will consider education, training,
professional registration, organizational certifications, overall and
relevant experience, and longevity with the firm. The firm should
indicate professional registrations/licenses, certifications from
commercial organizations, professional recognition, professional
associations, advanced training, and specific work experience of key
personnel. The firm must staff the necessary Registered/Licensed
Engineers, Architects and Surveyors having the professional
qualifications and specialized experience to perform and/or oversee
that all work is accomplished as required by law and professional
engineering, architectural and surveying practices. (c) Past
Performance on DOD and other contracts with respect to cost control,
quality of work, and compliance with performance schedules. (d)
Capacity of the firm to accomplish the anticipated work in an efficient
manner. The evaluation will consider the experience of the firm in
similarly sized projects, and the size and qualifications of the firm's
staff in the required disciplines. The firms staff must be capable of
responding to multiple task orders concurrently and within specified
performance periods. (e) Knowledge of the Locality; (f) Extent of
participation of small businesses, small disadvantaged businesses,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. (g) Location of the firm in the general geographical
area of the Pittsburgh District; (h) Volume of DOD contract awards in
the last 12 months. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Interested firms having the
capabilities to perform this work must submit a current completed
Standard Form 255 (SF 255, 11/92 edition), "Architect-Engineer and
Related Services Questionnaire for Specific Project" and any
supplemental information which documents the firm's qualifications.
Firms must submit a detailed quality control plan with their proposal
that outlines specific quality control procedures for this contract and
specifically addresses quality control procedures betweenthe prime firm
and any subcontractors. Firms must also submit a list of all
significant equipment and software, including email and ftp
capabilities that are intended to be used on this contract. All
responding firms which do not have a current (within the past 12
months) SF 254 on file with this office must also furnish a completed
current SF 254. Include the firm's ACASS number in SF 255, Block 3b.
For ACASS information, call 503-808-4591 or 4590. Interested firms must
provide submittals to the above address not later than 4:00 PM Eastern
Standard Time on the 30th calendar day after the date of this
announcement. If the 30th day is a Saturday, Sunday, or Federal
holiday, the deadline is 4:00 PM Eastern Standard Time of the next
business day. Submittals after this date and time will not be
considered for selection. Prime contractors seeking potential
small/disadvantaged/women owned subcontractors, please contact: U.S.
Small Business Administration, Attn: Joseph May, 475 Allendale Road,
Suite 201, King of Prussia, PA 19406-1415, (610) 962-3800 for PA
listing; U.S. Small Business Administration, Attn: Doug Aspy or Judy
McCullough, 168 West Main Street, Suite 600, Clarksburg, WV 26301 (304)
623-5631 for West Va. listing; U.S. Small Business Administration,
Cleveland District, Attn: Deborah Williams and John Renner, 111
Superior Avenue, Suite 630, Cleveland, Ohio 44114, for Ohio listing.
(0042) Loren Data Corp. http://www.ld.com (SYN# 0018 19980213\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|