Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1998 PSA#2031

Department of the Army, US Army Engineer District, Buffalo, 1776 Niagara Street, Buffalo, New York 14207-3199

C -- INDEFINITE DELIVERY ARCHITECT ENGINEER SERVICES POC Point of Contact -- Contract Point, Richard W. Reffner, (716) 879-4250 INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT INFORMATION: Miscellaneous civil, geotechnical, coastal, electrical, hydraulic, hydrologic, mechanical, structural, and value engineering; civil works planning services; architectural services; economic, environmental, and cultural resource analysis; technical writing and editing; specification writing and editing; quantity and cost estimating; drawing production; topographic surveying and minimal hydrographic surveying; Value Engineering studies; and construction inspection services for a variety of civil works and military construction projects generally within but not limited to the boundaries of the Great Lakes & Ohio River Division. The contractor selected would be required to have sufficient flexibility and capability to be available on an as-needed basis for a period not to exceed one year. There will be two option periods not to exceed one year each. The amount of work in each period will not exceed $1,000,000.00. An option period maybe exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The contract is anticipated to be awarded in September 1998. This announcement is open to all businesses regardless of size. If a large business is selected, 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 wage and benefits of service employees performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. PROJECT INFORMATION: Work may include streambank and shoreline protection; beach erosion control; flood protection; navigation structure rehabilitation and/or new construction; and military installation rehabilitation and/or new construction. Tasks may include preparing feasibility, reconnaissance, initial appraisal and detailed project reports; water resource planning; construction inspection; and preliminary and final design for civil works and military construction projects. Drawings shall be furnished in hard copy F-size and electronic format and be 100% compatible with the district's Intergraph /MicroStation Version 5.5 (MicroStation 95) CADD system operating on Microsoft Windows NT Workstation version 4.0. Quantity and cost estimates shall be prepared using MCASES software and furnished in electronic format. Specifications shall be 100% compatible with the SPECSINTACT system and furnished in electronic format. SELECTION CRITERIA: The following selection criteria, listed below in descending order of importance (first by major criterion and then by sub-criterion), will be used to select a contractor. Criteria, a) through e) are primary. Criteria, f) through h) are secondary and will only be used as "tie-breakers" among technically equal firms. a) Professional Qualifications: 1) professional and supporting disciplines, including registration, licensing or certification. (2) specific experience and training. (3) minimum numbers of personnel in various disciplines available. b) Specialized Experience and Technical Competence: (1) experience of firm and its consultants in Corps of Engineers type work and/or features of work. (2) experience between prime firm and significant subcontractors. (3) knowledge of Corps of Engineers design requirements and criteria, including knowledge of Engineering Regulations, Circulars and Design Manuals. (4) Knowledge of Corps of Engineers computer-based design programs. (5) Design quality management approach. c) Capacity to Accomplish the Work: (1) Ability to provide two teams simultaneously for surveying, data collection or similar services. (2) Ability to accomplish two $200,000 delivery orders simultaneously. d) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e) Knowledge of the Buffalo District to include geological features, climatic conditions, construction methods, and laws and regulations. f) Locations of the firm in the general geographic area of the Buffalo District. g) 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. h) Volume of DoD contract awards in the last 24 months as described in Note 24. SUBMISSION REQUIREMENTS: Firms having the capabilities for this work and desiring consideration for selection are invited to submit two copies of a completed SF 254, unless a current copy is on file at the address listed below, and two copies of SF 255, by March 17, 1998. Do not submit any additional materials such as brochures or photos. They will not be considered in the selection process. Responding firms are requested to state whether they are large business, small business, small disadvantaged business and/or women-owned business in block 4 of the SF 254. No other general notification of firms under consideration for this contract will be made, and no further action is required. This is not a request for proposals. U.S. Army Engineer District, Buffalo, ATTN: Contracting Division, 1776 Niagara Street, Buffalo, NY 14207-3199. (AC0210019-08) (0041)

Loren Data Corp. http://www.ld.com (SYN# 0024 19980212\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page