|
COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1998 PSA#2144WALLA WALLA DISTRICT, CORPS OF ENGINEERS, 201 NORTH THIRD AVENUE, WALLA
WALLA WA 99362-1876 C -- ONE OR TWO INDEFINITE DELIVERY TYPE CONTRACTS FOR A-E AND
DRAFTING SERVICES FOR MISCELLANEOUS CONSTRUCTION GENERAL AND O AND M
PROJECTS WITHIN THE MISSION OF THE WALLA WALLA DISTRICT SOL
DACW68-98-R-0011 DUE 082698 POC Technical info contact Richard Weller
509-527-7612 Contractual procedural & administrative info contact
Charlene Duncan at 509-527-7207(Site Code DACW68) 1. CONTRACT
INFORMATION: One or two indefinite delivery type contracts for
architect-eningeer and drafting services for miscellaneous construction
general and O&M Projects within the mission of the Walla Walla
District. Work may include electrical, mechanical, structural,
hydraulic, hydrology, water quality, sedimentation, geotechnical, cost,
and civil engineering disciplines required for the preparation of plans
and specifications and/or other engineering documents for various civil
works projects. The number of contracts to be awarded will be
determined at the time of selection. 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 are that a minimum of 61.2% of
the Contractor's intended subcontract amount be placed with small
businesses (SB) including 9.1% with small disadvantaged businesses
(SDB). A minimum of 4.5% of the intended subcontract amount be placed
with women-owned small businesses (WOSB). The plan is not required with
this submittal. The Standard Industrial Classification (SIC) Code for
this acquisition is 8711. The small business size standard is average
annual receipts for its preceding three fiscal years must not exceed
$2.5 million. This notice is for one (1) or two (2) indefinite delivery
type contracts not to exceed $1,000,000 total for one year. Proposed
contract shall be for a period of one base year with the possibility of
two (2) option periods not to exceed one year each. The base year and
the option periods each has a ceiling amount of not to exceed
$1,000,000 each. Option periods may be exercised at the discretion of
the Government before the expiration of the base contract period (or
preceding option period), if the contract amount for the base period
(or preceding option period) is exhausted or nearly exhausted. This
contract is anticipated to be awarded in October, 1998. 2. PROJECT
INFORMATION: Experience and technical knowledge are required in the
following: a. The design of various mechanical systems including HVAC,
plumbing, pump plants, piping water and sewer, compressed air,
hydraulic, fire protection, and machine design. b. Design of complex
electrical control systems, fire alarm systems, power distribution
systems, and heating and lighting systems incorporating the latest
state-of-the-art materials and technology. c. The
structural/architectural design of major elements of hydraulic
structures, bridges, and buildings. d. The design of roads and
highways, railroad relocations, utility relocations, water supply
structures, and boat docks. e. The analysis of both open channel and
pressure conduit flow systems. f. Capability to perform hydrologic,
open channel hydraulics, sedimentation and water quality studies, and
collect and analyze samples. g. Explorations by boring, soil sampling,
geophysical surveys, geologic mapping, field testing, and groundwater
studies. h. Capability to build and test physical hydraulic models of
hydroelectric projects including powerhouse intakes, spillways,
navigation lock filling and emptying systems, fishways, and related
features. i. Preparation of construction cost estimates for all
disciplines as described above and ability to use MCACES estimating
software. j. Ability to perform drafting services, both manual and
CADD. The A-E's CADD system shall be compatible with either Intergraph
or Bentley systems. Ability to prepare complete detailed construction
drawings and specifications using government guide specifications
format shall be required. 3. SELECTION CRITERIA: See Note 24 for
general A-E selection process. The selection criteria are listed below
in descending order of importance. Criteria a -- d are primary.
Criteria e -- g are secondary and will only be used as "tie-breakers"
between technically equal firms. a. Professional qualifications,
necessary for satisfactory performance of required services. b.
Specialized experience and technical competence in the type of work
discussed in items 2a through 2f above. c. Capacity to accomplish the
work in the required time. d. Past performance on contracts with
government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules. e. Location
in general geographical area of the Walla Walla District with the
capability of quick turn around to and from Walla Walla. f. Extent of
participation of SB, SDB, WOSB, historically black colleges and
universities, and minority institutions in the proposed contract team,
measured as a percentage of the total estimated effort. g. Volume of
DoD contract awards in the last 12 months as described in Notes 24. 4.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested firms having the capabilities to perform this
work must submit two copies of SF 255 (11/92 edition), and two copies
of SF 254 (11/92 edition), for the prime firm and all
consultants/subcontractors, to the above address not later than the
close of business on the 30th day after the publication date of this
announcement. If the 30th day is a Saturday, Sunday, or a Federal
holiday, the deadline is the close of business of the next business
day. Include the firm's ACASS number in SF 255, Block 3b. In SF 255,
Block 10, describe CADD capabilities. Solicitation packages are not
provided. This is not a request for proposal. Posted 07/22/98
(I-SN226988). (0203) Loren Data Corp. http://www.ld.com (SYN# 0018 19980724\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|