|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1995 PSA#1475U. 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 -- IND DEL CONTRACT FOR INSPECTION & SUPERVISION OF CONSTRUCTION,
MOBILE & PANAMA CITY SITE OFFICES SOL AECW**-96**-0005 POC Contact Mr.
Jack Pruett, 334-441-5755; Contracting Officer, Toni S. Carney (Site
Code W31XNJ) 1. CONTRACT INFORMATION: (Refer to RFP: DACW01-96-R-0017).
A-E services are required for an Indefinite Delivery Contract for
Inspection and Supervision of Construction, Mobile and Panama City Site
Offices, Operations Division, Mobile District Office. This announcement
is open to all businesses regardless of size. The contract will be
awarded for one year with an option to extend the contract for one
additional year. Work under the contract to be subject to satisfactory
negotiation of individual delivery orders not to exceed $150,000 each,
with a total not to exceed $750,000 during each 12-month period. 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 3% for Women-Owned Business. The subcontracting
plan is not required with this submittal. 2. PROJECT INFORMATION: The
selected firm will be required to perform work of the following type:
Inspection services for dredging, disposal area management, and dike
construction on various projects administered by the Mobile and Panama
City Site Offices. Services furnished shall consist of construction
inspection, review, and monitoring as the Government may require during
the period of this contract. Performance requires furnishing qualified
personnel in adequate numbers to inspect dredging and construction
work under contract to the Government. The Contract Inspectors may be
assigned to hydraulic pipeline dredges, hopper dredges, bucket dredges,
disposal area construction and/or other construction activities as
required. The Contract Inspectors will assist the Resident Inspector in
insuring that the work is being accomplished in accordance with the
plans and specifications. In addiion, the Contract Inspector will
monitor the operation for safety violations, conduct periodic labor
interviews, perform turbidity testing, verify quantity calculations,
check environmental compliance, and submit daily reports of operation
being monitored. Work under this contract will be in the States of
Mississippi, Florida, and Alabama. 3. 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
G are secondary and will only be used as ''tie-breakers'' among
technically equal firms. A. Professional Qualifications: The selected
firm must have, either in-house or through consultants, the following:
(1) Registered Civil Engineer(s) with registrations for Alabama,
Florida, and Mississippi; (2) Supervisor of Construction; (3) Contract
Inspector. Resumes (Block 7 of the SF 255) must be provided for these
disciplines, including consultants with a minimum of four (4) years of
directly related experience. In Block 7c, Project Assignment, of the SF
255, use the nomenclature for disciplines as noted in this
advertisement. Additional evaluation factors are provided in order of
importance: B. Specialized experience and technical competence in:
(1)Inspection services for dredging; (2) Disposal area management;
(3)Dike construction; (4) Describe in Block 10 of the SF 255 the firm's
quality management plan, including the team's organizational chart,
quality assurance, cost control, and coordination of the in-house work
with consultants. C. Capacity to Accomplish the Work: The capacity to
accomplish the work within the required time. D. Past Performance:
Past performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules. E.
Geographic Location: Geographic location with respect to Mobile and
Panama City Site Offices. F. Small Business, Small Disadvantaged
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; G. Equitable Distribution of
DOD contracts: Volume of DOD contract awards in the last 12 months as
decribed in Note 24. 4. 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 on the next
business day. Include ACASS number in Block 3b and RFP Number in Block
2b of the SF 255. 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 contract will be conducted only for those firms
considered highly qualified after submittal(0324) Loren Data Corp. http://www.ld.com (SYN# 0039 19951121\C-0015.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|