Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29,1996 PSA#1731

U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR DEVELOPING COMPREHENSIVE COMMUNITY PLANS POC Charles McGee, (912) 652-5621 or Ophelia Kendricks, (912) 652-5072. 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers, of a qualified Architect-Engineer firms for five Multidiscipline Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts. Contracts awarded as a result of this announcement will be administered by the Savannah District for use in developing Comprehensive Community Plans for the 21st Century at U.S. Army Training and Doctrine Command installations CONUS wide. One contract will be issued for use at TRADOC installations in each of the following geographical areas of the U.S.: west, midwest, south, east, and northeast. Each contract will consist of a basic ordering period and one option period, each period not to exceed one year for a total of two years. The ordering period will be for one year or whenever the Contracting Officer determines the ordering period is over and any dollar amount not consumed by task orders issued during each the ordering period may be carried over to the next ordering period. The total of all task orders during each ordering period may not exceed $250,000. The total amount of each contract over the two year ordering period may not exceed $500,000. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, and small disadvantaged business on SF 255. If selected, the large business offeror will be required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% TO SMALL BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS), 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontractor goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, please contact Ms. Ophelia Kendricks, Contract Specialist, at (912) 652-5072. 2. PROJECT INFORMATION: The CCP21 process is a planning, management, and budgeting process designed to take advantage of all available assets including off-post partnerships for providing the installations's requirements for services and facilities. It includes a Community Design Code consisting of standards and a permitting process for major projects. The CCP21 process is basically program planning with some very preliminary land planning that may be required to develop area management plans and feasibility. Actual plan formlulation will be accomplished by an installation staff facilitator, community planning board, and 10 planning teams consisting of staff and customer-volunteers who will survey needs, form a vision, analyze needs resolution, prioritized action plans, propose funding sources, and recommend action plans to the commander to accomplish the vision. Work under these contracts will involve fielding the CCP21 concept to the installations by teaching each required action and then, by hands-on assistance of the application of each required action to ensure the required information is produced to continue the process as contained in the TRADOC training manual. The process will conclude with the publication of a commander approved vision book or program plan which is organized according to ten human needs categories that shows vision, goals, prioritized action plans, area action plans, resources, installation management action plans. The vision book will provide the basic requirements for a service based budget, benchmarking, and evaluation. The vision book will show all actions from current to 20 years in the future that are required to accomplish the vision. Task Orders issued to the Contractor may require attending HQ TRADOC sponsored training on the CCP21 concept and plan development; providing similar training to selected installation senior staff members; and participating in subsequent training of other participants at the installations. This training includes: developing and conducting socioeconomic surveys and collecting information on demographics, trends and values of installation and the region; developing statistically valid survey samples; strategies for providing needed improvements services and facilities; serving as a general facilitator for the complete process and a community planning board and installation planning team meetings; and providing technical planning expertise during plan formulation. 3. SELECTION CRITERIA: See Note 24 for general selection process. 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. Specialized experience and technical competence in: (1) Comprehensive regional planning, community planning, and Army master planning. (2) Instructional processes and methods. (3) Conducting surveys and translating results into demographic statistical data by age group, gender, occupation. (4) Facilitating proceedings of process action groups, focus groups and teams and senior leaders. (5) Successful interaction with civilian regional community planning agencies and groups. (6) Knowledge of sociology, statistics, geography, facilitation, cost estimating, change training. **** b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. **** c. Capacity to accomplish three simultaneous task orders and provide multiple staff members in the following discipline: (1) Planner (2) Architect. These disciplines MUST be shown in BLOCK 4 of SF 255. Please disregard the ''to be utilized'' statement at Block 4 of SF 255 and show the total strength of each discipline. **** d. Professional qualification of key management and professional members. **** e. Extent of participation as SB, SDB, WOB, HBCU, or MI as prime contractor, subcontractor or joint venture partner. **** f. Volume of DoD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit one (1) copy of SF 255 (11/92 edition) for PRIME and one (1) copy of SF 254 (11/92 edition) for prime and all consultants, to the following address: U.S. ARMY ENGINEER DISTRICT, SAVANNAH, ATTN: CESAS-EN-EA, 100 WEST OGLETHORPE AVENUE, SAVANNAH, GA 31401-3640 not later than the close of business the 30th day after the DATE of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. INCLUDE THE FIRM'S ACASS NUMBER in Block 3b of SF 255. For ACASS information, call (503) 326-3459. No faxed submittals will be accepted. Cover letters and extraneous material (Brochures, etc.) are not desired and will not be considered. **** PHONE calls are discouraged unless absolutely necessary. **** PERSONAL visits for the purpose of discussing this announcement will not be scheduled. **** THIS IS NOT A REQUEST FOR A PROPOSAL. (0331)

Loren Data Corp. http://www.ld.com (SYN# 0021 19961127\C-0012.SOL)


C - Architect and Engineering Services - Construction Index Page