|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1996 PSA#1595U.S. Army Corps of Engineers, Nashville District, P.O. Box 1070,
Nashville, TN 37203 C -- INDEFINITE DELIVERY CONTRACT FOR STRUCTURAL ENGINEERING SERVICES,
CIVIL AND MILITARY SOL CEORN96-0005 DUE 062096 POC Jim Deal (615)
736-5614; Contract Specialist Mary A. Roberts (615) 736-7276. Two
contracts will be awarded to perform structural engineering services
within the boundaries or assignment area of the Nashville District.
PROJECT INFORMATION: Tasks may include but are not limited to studies,
reports, estimates, development of design criteria, plans and
specifications for repair of existing facilities and design of new
systems for the Nashville District's Civil and Military Works Programs.
Design activity could include work on projects such as roads, bridges,
utilities, buildings and associated facilities, levees, floodwalls,
pumping stations, and miscellaneous structures. Task orders are
routinely small, quick-turnaround work with emphasis on quick response
and active participation in scope of services development. All CADD
services must be compatible with Microstation Version 4.0 or later.
CONTRACT INFORMATION: Contract time period will be directed by
individually issued task orders. Groups with prime-sub relationships or
joint ventures will be considered as well as firms having all
disciplines in-house. Responding groups or firms must have demonstrated
competence and experience in the structural engineering field. The
total cumulative amount of all task orders, including the optional
year, will not exceed $500,000 with no one task order exceeding
$150,000. The minimum award under each contract will be $10,000. The
contracts are anticipated to be awarded in August 1996. Ordinarily,
task orders will be placed to ensure an equitable distribution of work
between the two contracts. However, a task order may be placed with
the other contract if the primary contractor does not have the capacity
to complete the order in the required time period or the primary
contractor has performed unsatisfactorily on previous orders under the
subject contract. SELECTION CRITERIA: See Note 24 for general
selection process information. The selection criteria are listed below
in descending order of importance. Criteria a-d are primary. Criteria
e-f are secondary and will only be used as ''tie-breakers'' among
technically equal firms. (a) Professional qualifications of the key
project management and technical personnel to be assigned to the
contract. Evaluation factors will include the education, training,
experience, and registration of these personnel; (b) Specialized
experience and technical competence of the prime firm and any
subcontractors in the type of work required. Evaluation factors will
include the effectiveness of the proposed management structure and the
prior working relationship between a prime firm and any
subcontractors. A single point of contact between the A-E and the
Government project managers must be clearly identified; (c) Capacity of
the firm to accomplish the work. Work will often require simultaneous
action on several design tasks at any one time. Capability to respond
to these tasks in a quick and effective manner must be demonstrated;
(d) Past performance and experience on DOD and other contracts with
respect to cost control, quality of work, and compliance with
schedules; (e) Geographical proximity of the office responsible for
task order negotiations and production of the work in relationship to
the Nashville District Office and the general geographical area of the
Nashville District. Since the nature of the work typically involves
small, routine O&M and installation support type projects with
compressed and unpredictable time schedules, the submittal shall
clearly demonstrate how the firm proposes to respond to such tasks in
an efficient, timely, and effective manner; (f) Volume of DOD contracts
within the last twelve months with the object of effecting an equitable
distribution of contracts among qualified A-E firms including small and
small disadvantaged business firms. SUBMISSION REQUIREMENTS: See Note
24 for general submission requirements. Firms desiring consideration
are invited to submit one copy of an updated and accurate SF 254 (11/92
edition) and SF 255 (11/92 edition). A current SF 254 is also required
for all subconsultants. If the prime contractor to perform the work is
located in a branch office, the SF 255 shall reflect key disciplines
and experience for the branch office only. Include the firm's ACASS
number in SF 255, Block 3b. The business size status (large, small
and/or minority) should be indicated in Block 3b of the SF 255.
Definition: A concern is small if the annual receipts averaged over the
past 3 years did not exceed $2.5 million. The SIC code is 8711. For
ACASS information, call (503) 326-3459. Firms submitting SF 254 and SF
255 by the closing date will be considered for the work. No other
general notification to firms under consideration for this work will be
made and no further action is required. This is not a Request for
Proposal. Solicitation packages are not provided for A-E contracts.
Personal visits for the purpose of discussing the work are discouraged.
Telephone calls are welcomed. For SF 254 and SF 255 submittal by
express mail, the delivery address is: U.S. Army Corps of Engineers,
Estes Kefauver Federal Building, 110 Ninth Avenue South, Nashville,
Tennessee 37203, ATTN: CEORN-CT, Room A-604. (0134) Loren Data Corp. http://www.ld.com (SYN# 0034 19960514\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|