Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5, 2001 PSA #2865
SOLICITATIONS

C -- PREPARATION OF MASTER PLANNING DOCUMENTS FOR THE U.S. ARMY CORPS OF ENGINEERS, KANSAS CITY DISTRICT

Notice Date
June 1, 2001
Contracting Office
USAED, Kansas City, 757 Federal Building, 601 E 12th Street, Kansas City, MO 64106-2896
ZIP Code
64106-2896
Solicitation Number
DACA41-01-R-0013
Response Due
July 3, 2001
Point of Contact
Perry Marks (816) 983-3850
Description
CONTRACT INFORMATION: Architect and engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required to support the Master Planning Services within or assigned to the Kansas City District, U.S. Army Corps of Engineers. Selection will be made for one Indefinite Delivery Type Contract with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000 and a total of $3,000,000. An option period may be exercised when the contracts amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price task orders not to exceed the base contract amount. (For IDT contracts.) 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 regarding the requirement for a subcontracting plan on the work subcontracted. The subcontracting goals for the Kansas City District are as follows: a minimum of 61.4% of the contractor's intended subcontract amount placed with small businesses (SB), 9.1% placed with small disadvantaged businesses (SDB), 5% placed with women-owned small businesses (WOSB) and 1% placed with Hub Zone small business. The subcontracting plan is not required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $2.5 million. 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, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). . Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Work orders may be assigned for any work within the jurisdiction of Northwestern Division but the selection will be based on criteria within the Kansas City District. If multiple contracts are awarded based on this solicitation task orders will be assigned based on experience, user requirements and knowledge of requirements at the project location. 2. PROJECT INFORMATION: The work under this contract may involve all areas of real property master planning for military installations, including but not limited to the preparation and updating of existing conditions maps to include aerial photography, facility utilization and space planning studies. The contract shall include future development plans to include long range component, short range component, capital investment strategies, expansion capability plans, mobilization plans, and preparation of DD Form 1391 programming documents. The contract shall also include the preparation of project development brochures, life cycle cost analysis, site/civil engineering design/studies, landscape plans, utility/infrastructure analysis, programmatic NEPA documentation (EA and/or EIS), archeological and historic management studies, and other special reports. 3. SELECTION CRITERIA: Selection criteria for choosing an AE are listed in order of importance. Items (h) through (j) will be used as tiebreakers. a. Professional Capabilities. Responding firms shall demonstrate capability in these primary disciplines: architect, landscape architect, community/urban planner, and civil and electrical. Support capability shall be demonstrated in the following disciplines: aerial photography, archaeologist, architectural historian, wildlife biologist, environmentalist, economist, and cost engineering. b. Specialized Experience and Technical Competence: (1) Responding firms shall demonstrate experience in all areas stated in the "project information" portion of the announcement. In Block 8, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 4 shall be so labeled. . (List in order of importance.) (2) Experience in preparing drawings with database attachments compatible using both Microstation/J and AutoCAD 2000 systems and higher. Experience in the preparation of GIS data using Arcview 3.2a and 8.1 software, Arc Info 8.1, Arc Editor 8.1. All GIS data must have metadata that conforms to FGDC standards. The FGDC standards may be found on website: (www.fgdc.gov). Experience in preparing CADD drawings and GIS projects in two and three-dimensional formats fully compatible with above mention versions of Bentley Systems, Inc. Microstation software. Other software may be used, but this contract will require 100% compatible translation to the stated software. (Block 10 of SF 255). (3) Experience in preparing construction cost estimates utilizing MCACES for Windows.(Block 10 of SF 255) (4)Experience with specific analytical tools and criteria. (5) Quality management procedures. Include proposed organizational chart and a narrative description of how the quality management procedures will function to include internal quality control and who is responsible. (Block 10 of SF 255)Describe the firm's quality management procedures (Block 10 of SF 255) including internal quality control and who is responsible. A detailed quality control plan will be submitted by the AE as a part of the negotiation process. c. Knowledge of and experience with Corps of Engineers and Department of Defense (DOD) Military Master Planning criteria. (1.) Specific knowledge of local conditions and project site features within the KCD boundaries. Work under this contract may occur anywhere in the KCD area of responsibility. A significant portion of the initial work under this contract is anticipated to occur at military installations (Fort Riley, Leavenworth, Leonard Wood, Whiteman AFB, McConnell AFB, Lake City AAP, and 89th RSC facilities), and therefore greater weight will be given to contractors with experience at these installations. (2.) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. (3.) Capacity to initiate designs and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Capacity for potential concurrent workload of $500,000 to $1,000,000 of planning services. d. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Disadvantage Businesses (including Women Owned Small Businesses). Historically black colleges and universities and minority institutions in the proposed contract team, will be measured as a percentage of the total contracted effort in accordance with Public Law 95-507. e. Geographic proximity. f. Volume of DOD contracts awarded in the last 12 months to the prime A-E firm. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. 4. Submittal Requirements: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition) to the address listed below not later than close of business 29 October 1999. Each firm/consultant listed within the SF255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Corps of Engineers, Attn: CENWK-CT-C Perry D. Marks Jr., 760 Federal Building, 601 E. 12th Street, Kansas City, Missouri, 64106-2896. 5. Questions: Questions of a technical nature should be addressed to Derrick Mitchell at (816) 983-3267.
Record
Loren Data Corp. 20010605/CSOL006.HTM (W-152 SN50N6R3)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on June 1, 2001 by Loren Data Corp. -- info@ld.com