Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 18, 2001 PSA #3000
SOLICITATIONS

C -- INDEFINITE DELIVERY ARCHITECT ENGINEER SERVICES CONTRACT FOR ARCHITECTURAL DESIGN AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
December 14, 2001
Contracting Office
US Army Corp of Engineers -- Alaska -- Military Works, P. O. Box 898, Anchorage, AK 99506-0898
ZIP Code
99506-0898
Solicitation Number
DACA85-02-R-0003
Response Due
January 16, 2002
Point of Contact
June Wohlbach, 907/753-5624, FAX 907/753-2544
E-Mail Address
US Army Corp of Engineers -- Alaska -- Military Works (june.l.wohlbach@poa02.usace.army.mil)
Description
1. CONTRACT INFORMATION: More than one AE but not more than two AE's may be selected from this announcement. 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& #64979;9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY02 subcontracting goals for this contract are a minimum of 61.4% of the contractor's intended subcontract amount be placed with small bu sinesses, 9.1% of that to small disadvantaged businesses, 5.0% to womanowned small businesses, 3.0% to service disabled veteran-owned small businesses, and 2.5% to HUBZone small businesses. The subcontracting plan is not required with this submitt al. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price type contract. The contract l imit is $1 million. The contract may include options for two additional option years at an additional $1 million per year. There is no specific delivery order limit, however, it shall not exceed the limit of the contract for each year. Contract award is a nticipated for May 2002. Contracts may be awarded concurrently or staggered up to 6 months.The allocation of requirements between these contracts will be based on the assessment of best value for the Government, and may include a unilateral assessment by t he Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities, c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance, e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders, h. Understanding of local factors geography; i. Remaining contract capacity; j. Potential for on-going wo rk from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Prohibition of designer performing construction (AE-construction); n. Ease of negotiation completion; and o. Available personnel. 2. PROJEC T INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an asneeded basis. Typical types of services to be provided are design of new structures, the renovation of existing structure s, interior design, programming studies, landscape architecture, technical reviews, master planning, and construction phase services, and development of Design/Build RFPs. Arctic design may either be inhouse or provided by a subcontractor. The AE m ay be required to participate in programming and design charrettes. The Government may require that future designs be in metric. The firm must demonstrate ability to provide AutoCADformatted drawings; use MCACES (An estimating system furnished by the Government) ,be familiar DD Form 1354; and will be required to use Dr. Checks review program, for all projects. MCACES using Work Breakdown Structures (WBS) format, DD Form 1354 and Dr. Checks programs shall be furnished by the government(systems info rmation required for Dr. Checks: Must have a web browser program, either Internet explorer (Microsoft) or Navigator(Netscape) versions 4.0 or later; the web site is http: www.buildersnet.org , drchecks; permissions and passwords will be distributed on a p rojectbyproject basis). LOCATION: Primarily Various Locations, Alaska. 3. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance (first by major criterion and then by each subcriterion). Criteria (A)-(E) are primary selection criteria. Criteria (F) thru (I) are Secondary and will be used as "tie-breakers" among technically equal firms. (A) prof essional personnel in the following disciplines  1) minimum inhouse requirements are (weighted equally): 2 registered architects each with 5 years postgraduate experience; 2) disciplines which may be subcontracted (weighted equally) : mechanical, electrical, civil, and structural engineers, specification writing, estimating, asbestos/HTRW, Master Planners, drafting, interior design, and landscape architectural. Each of these disciplines shall have a personnel with either professional registration or 5 years experience in each discipline. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for t he purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the cont ract (This means that work physically completed in the state of Alaska (i.e., geotechnical, survey, etc.] must use Alaskan residents. Please contact the POC above if you require further explanation). (B) experience and technical competence in: minimum 5 ye ars experience arctic architectural engineering and design; technical reviews of contract documents , design charrettes, and RFP preparation for Design/Build contracts; experience in working with Corps of Engineers Technical Specification and Specsintact s oftware program (version as authorized by Corps of Engineers in specific scopes of work) by technical, admin, and sub-contractor personnel, including in-depth knowledge of the software "tagging hierarchy", "section submittal and technical reference" format ting requirements. Experience in converting unauthorized MIL Spec, MIL and Fed STD references to equivalent current industry standard references. (C) location of the firm in general geographical area of the projects and knowledge of locality: availability of AE staff to meet frequently with Corps personnel in the Alaska District Corps of Engineers, office in Anchorage and ability to mobilize staff to Alaskan project sites on relatively short notice; (D) capacity to maintain schedules and accomplish require d work on three simultaneous delivery orders; (E) past performance on DOD and other contracts with respect to cost control, quality-of-work, and compliance with schedules; (F) volume of DOD contract awards in the last 12 months as described in Note 24; and (G) extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (H) Quality Control Plan . (I) Sustainable design using an int egrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities con struction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustain able design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design, and will consider education, certifications, training, registration, overall and relevant experience, and longevity wit h the firm. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 255's (1 copy only) should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organizat ion of the firm, and (4) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtained from the Gov ernment Printing Office, by calling the administrative contact named above, or from commercial software suppliers for use with personal computers and laser printers. Submittals must be received at the address indicated above not later than COB (4:00 pm Ala ska time) on the date above. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided.*****
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011218/CSOL008.HTM (D-348 SN5152F0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 14, 2001 by Loren Data Corp. -- info@ld.com