Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 21,1996 PSA#1726

U.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 -- IDC TO SUPP THE BASE CIV ENGIN FOR THE USAF, REP OF PANAMA. RFP: DACA01-97-R-0009 SOL AEMXXX-97XX-0003 POC Contact Mr. Dan Mizelle, 334-441-5741; Contracting Officer, Edward M. Slana (Site Code W31XNJ) 1. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract to Support the Base Civil Engineer for the U. S. Air Force in the Republic of Panama. This announcement is open to all businesses regardless of size. The Contract will be awarded for an initial period not to exceed one year, with an option to extend the contract for two additional periods, not to exceed a total of three years. Work to be subject to satisfactory negotiation of individual task orders with the total contract not to exceed $1,000,000 for each contract period. (If the $1 million limit for a contract period is reached prior to 12 months after the start of the period, the option for the next contract period may be exercised.) Selection of AE firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. 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 that 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 5% 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 a general nature, including small maintenance/repair, minor construction projects, and architectural site investigations. Under the provision of the Treaty between the United States and the Republic of Panama and the agreement in implementation of Article 4 thereof, it is required that a Panamanian firm, which provides services which are comparable in quality to those which may be obtained from other sources, must to the maximum extent possible be given preference. 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. Use the nomenclature for disciplines as noted in this advertisement in Block 7.b of SF 255. A. Professional Qualifications: The contract will require the following registered engineering disciplines: (1) Civil Engineer; (2) Architect; (3) Mechanical Engineer; (4) Electrical Engineer; (5) Structural Engineer; (6) Cost Estimating. Evaluation of each discipline will consider education, registration, and relevant experience. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants.. Additional evaluation factors are provided in order of importance. B. Specialized experience and technical competence in: (1) Small maintenance/repair projects; (2) minor construction projects; (3) Architectural site investigations; (4) Construction support services; (5) Experience in work on similar projects in the Republic of Panama; (6) Presence of qualified key consultant in the Republic of Panama. C. Capacity to Accomplish the Work: Capacity to perform at least four $100,000 task orders concurrently; 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 access to the Republic of Panama. 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 described 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. Regulations require that any submittals received after this date not be considered by the Selection Board. Include ACASS number in Block 3b and RFP Number in Block 2b of the SF 255. Call the ACASS Center at 503-326-3459 to obtain a number. 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 most highly qualified after submittal review by the selection board. (0324)

Loren Data Corp. http://www.ld.com (SYN# 0014 19961120\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page