Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1997 PSA#1765

Department of the Army, Baltimore District, Corps of Engineers, 10 South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD 21201-1715

C -- A-E SERVICES ARE REQUIRED FOR ONE INDEFINITE DEL-TYPE CONTRACT FOR CONSTRU MANGMT SUPT SVCS, BALTO DISTRICT MAY BE USED BY GOVERNMENT AGENCIES THRU U.S. SOL DACA31-97-R-0015 POC Susan Sonenthal, 410-962-7646 CONTRACT INFORMATION: A-E services required for one indefinite delivery type contract that may be used by the Baltimore District and other Government Agencies throughout the U.S. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. Contract will be for a 12-month period and will contain an option for two extension periods. The contract amount for the base period and any option period will not exceed $1,000,000 each. Individual task orders shall not exceed the annual contract amount. When one or more AE Indefinite Delivery-Type contract with similar scopes of work exists, the basis for selecting an AE for a particular deliveryorder will be based on several factors. Among these factors arecurrent capacity of the contracts, ability of the AE to performthe task in the required time, any unique specialized experience that the AE can offer, and performance and quality of deliverables under the AE's current IDTC, along with customer responsiveness. While this process is necessarily a "subjective" process, the intent of this contract is to satisfy customer needs in an expeditious and cost effective mode. SUBCONTRACTING PLAN REQUIREMENTS: If a large business is selected, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, PL 95-507, and 99-661. A minimum of 25% of the total planned subcontracting dollars shall be placed with small business concerns. At least 5 percent of total planned subcontracting dollars shall be placed with small disadvantaged businesses, including Historically Black Colleges and Universities or Minority Institutions, and 5% with women- owned small businesses. The plan is not required with this submittal. 2. PROJECT INFORMATION: Provide Non-Personal Construction Management Support Services for the Construction Division, Baltimore District, Corps of Engineers, Baltimore, Maryland. Firms shall furnish all construction management support services and associated travel and subsistence necessary to assure construction contractor compliance with contract drawings and specifications for assigned construction projects of Construction Division Branch offices as defined in the Scope of Work. The services may include all or any of the following tasks: (1) Preparation and/or review of construction cost estimates; (2) Construction contractor claim and delay/impact analyses; (3) Biddability and constructability reviews of pending projects; (4) Specialized quality assurance testing; (5) Civil, electrical and mechanical (including elevator) testing and inspection; (6) Specialized Technical consulting assistance; (7) Specialized Survey Operations; (8) Specialized Environmental Science Technical consulting assistance; (9) Complete Construction Management and Quality Assurance assistance for a variety of construction, dredging, and earthwork projects. The selected firm will work with the Corps of Engineers to determine that construction work placement and the construction contractor's administration meets all contract requirements. 3. SELECTION CRITERIA: The criteria which will be the basis for selection of firms are identified in Numbered Note 24. The firm will be required to perform a minimum of 50% of all services ordered with its own personnel. In addition to the above, the criteria for consideration for selection includes: (1) The firm's management approach; (2) The firm's past experience; (3) Personnel qualifications (all contractor personnel must be U.S. citizens); (4) Past Performance on similar contracts in terms of quality control as assurance, cost control, and meeting established schedules; (5) Capacity to perform task directives within prescribed time; and (6) Compatibility with the District's IBM PC compatible system for scheduling and network analysis. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit an SF 255 and SF 254 for the prime and an SF 254 for each consultant not later than the close of business on the 30th day after the dateof this announcement. Count of 30 days includes the day of this publication. In SF 255, block 3b, provide the firm's ACASS number. In SF 255, block 6, provide ACASS numbers for each consultant. Telephone interviews will be conducted with the top 3 firms. Solicitation packages are not provided. Mailing address -- ATTN.: Susan Sonenthal, Room 7000, 10 South Howard Street, Baltimore, MD 21201. For questions, Mrs. Sonenthal can be reached on 410-962-7646 and via Internet, susan.j.sonenthal@ usace.army.mil. This is not a request for proposal. (0016)

Loren Data Corp. http://www.ld.com (SYN# 0016 19970121\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page