|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1996 PSA#1600U.S. Army Engineer District, San Fancisco, COE, 211 Main Street, Room
809, San Francisco, CA 94105-1905* R -- INDEFINITE DELIVERY ORDER (IDO) CONTRACT FOR DESIGN SERVICES SOL
DACW07-96-R-0007 POC Ofelia (Offel) R. Rosales, Contract Specialist,
(415)744-3304*. For Tech. Info., contact Ted Rosantsson, (415)744-3297*
*NOTE: EFFECTIVE JUNE 10, 1996, CALL (415)977-8499 & 8696, RESP.
Indefinite Delivery Order (IDO) Contract for A/E Design Services for
San Francisco District, U.S. Army Corps of Engineers. Design Services
include, but are not necessarily limited to: civil and geotechnical
engineering. Work may include complete plans and specifications for
small projects, separable portions for larger projects, quantity
takeoffs, design of specific features and other related work. The
Contractor shall be responsible for accomplishing designs and preparing
drawings using computer-aided design and drafting (CADD) and delivering
the three-dimensional drawings in (1) Autodesk AutoCAD CADD software,
release 13 (and/or higher), MS-DOS Windows, and/or (2) Intergraph
MicroStation NT software, release 5.0 (or higher), Windows NT, version
3.51 (or higher), electronic digital format. The Government will only
accept the final product for full operation, without conversion or
reformatting, in the target CADD software format, and on the target
platform specified herein. The target platform in a P5-133 workstation
with a MS-DOS/Windows, version 6.22/3.51 for AutoCAD, a TD 30
workstation with a Windows NT, version 3.51 operating system for
Intergraph. Advanced application software used in preparing drawings on
Intergraph shall be delivered in Inroads, version 4.01 MicroStation
electronic digital format. Most of the ''Experience Profile Codes''
listed in the SF 254 apply. Item 4 of Form 255 shall indicate personnel
strength of the principal firm at the office where work is to be
accomplished. Additional personnel strength, including consultants, may
be indicated parenthetically. In order to be considered for selection,
you must note in Block 10 of the SF 255 all DOD contracts awarded to
your firm and all affiliates (do not include consultants) during the
last 12 months along with the dollar amount of the awards and the total
amount awarded. 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 that part of the work it intends to subcontract. The
subcontracting goals for this contract are that a minimum of 40% of the
contractor's intended subcontract amount be placed with small
businessess (SB), including small disadvantaged businesses (SDB), and
8% be placed with SDB. The plan is not required with this submittal.
The A-E Pre-Selection Board will use a numerical scoring system to
establish maximum scores for each firm on each of the six evaluation
criteria stated in relative order of importance in Note 24 including
the following sub-criteria: Criteria 1 thru 5 are primary. Criteria 6
thru 8 are secondary and will only be used as ''tie-breakers'' among
technically equal firms. 1. Professional Qualifications: (a) Civil
Engineering, (b) Structural Engineering, (c) Geotechnical Enginerring,
(d) Specification Writing, (e) Cost Estimating, Drafting, (f)
Computer-aided drafting system (Intergraph or AutoCad), and (g)
Multimate or Wordperfect word processing. The evaluation will consider
education, training, registration, overall and relevant experience,
and longevity with the firm. 2. Specialized Experience: (a) Navigation
and flood control related design; (b) flood control channel design;
(c) streambank protection; and (d) subsurface soils exploration. 3.
Capacity of firm to perform work in required time. 4. Past Performance.
5. Knowledge of the Location: Knowledge of the California State Plans
Coordinate System. 6. 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 total estimated
effort. 7. Volume of DOD contract awards in the last 12 months as
described in Note 24. 8. Geographic Location - location of the
essential staff for this project (or a commitment to locate) in the
general geographical area of the projects. The A-E Selection Board will
rate the firms using the same numerical scoring system as the A-E
Pre-Selection Board. The contract will be awarded for a period of one
year on or about 96 Nov 21. Cumulative total for all work orders will
not exceed $750,000. for the term of the contract, and each work order
will not exceed $150,000. The Contract may be renewed for an
additional one year period with an additional ceiling of not to exceed
$750,000. Contract will include a schedule of overhead and wage rates
upon which costs of work orders will be based for the one year period.
Firms desiring consideration must submit a SF 254, if not already on
file, and a SF 255 within thirty (30) calendar days from the date of
this notice. Further information may be obtained by contacting Mr.
Theodor (Ted) Rosantsson at (415) 744-3297*. THIS IS NOT A REQUEST FOR
PROPOSALS. Note 24 applies to this procurement. *NOTE: EFFECTIVE JUNE
10, 1996 OUR NEW ADDRESS IS: U.S. ARMY ENGINEER DISTRICT, SF, COE,
ATTN: CESPN-CT, 333 MARKET STREET, ROOM 704, SAN FRANCISCO, CA
94105-2197. THE TELEPHONE NOS. FOR OFELIA (OFFEL) R. ROSALES IS
(415)977-8499 AND THEODOR (TED) ROSANTSSON IS (415)977-8696. (0141) Loren Data Corp. http://www.ld.com (SYN# 0060 19960521\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|