Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1999 PSA#2419

U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978

C -- IMPLEMENTATION OF MICRO PAVER PAVEMENT MANAGEMENT SYSTEMS AT MILITARY INSTALLATIONS WORLDWIDE SOL DACA45-99-R-0036 DUE 092799 POC John Miller (402)221-4176 or Technical: (402)221-7266 WEB: Omaha District Advertised Solicitations, http://ebs.nwo.usace.army.mil/ebs/contract.htm. E-MAIL: John Miller, john.m.miller@usace.army.mil. INDEFINITE DELIVERY CONTRACT FOR IMPLEMENTATION OF MICRO PAVER PAVEMENT MANAGEMENT SYSTEMS AT MILITARY INSTALLATIONS WORLDWIDE SOL DACA45-99-R-0036 -- for procedural questions: John M. Miller (402) 221-4176; technical: Dan J. Boyer(402) 221-7266. CONTRACT INFORMATION: One or more Indefinite Delivery Type contracts may be awarded for a base period and may include two additional option periods. The contract amount will not exceed $1,000,000 in any period. The base period and option periods will not exceed one year each, but option periods may be exercised when the contract amount for the current period has been reached or nearly reached. Work will be issued by negotiated firm-fixed-price task orders. Task Orders will be issued from time to time as the need arises during the contract period. The amount of the Task Orders are not expected to exceed $500,000, but will not exceed the contract amount in any period. Contract award is anticipated in December of 1999. Types of services required will include field inspection; investigations; preparation of maps, drawings, specifications, estimates, studies and reports; and testing. Order of contract award if more than one firm is selected will be based on the following factors: specialized knowledge or expertise that would significantly benefit a specific customer or enhance execution, past experience with a specific customer or knowledge of the locality, availability of appropriate staff. Submitters are advised that more than one contract may not be awarded if not supported by sufficient workload. Allocation of task orders from among firms awarded contracts will be made on the above factors and the following additional factors: performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB), and 4.5% be placed with women-owned small businesses (WOSB). PROJECT INFORMATION: The selected firm will be required to conduct technical inspections, investigations, obtain data, establish data base, furnish drawings, reports and/or other documents as specified in scope of work. The AE must have the capability to perform the following tasks: a) Perform evaluation of and determine the kind of specific assistance required by an Army or Air Force installation to implement the MICRO PAVER maintenance management systems; b) Conduct field inspection of pavement distress and review existing records and drawings for pavement construction dates and surface type data; c) Collecting data regarding drainage and other roadway structures in pavement network; d) Perform economic analysis; e) Prepare and input data into a computer database; f) Develop maintenance and repair policies, network and project level analysis and multi-year network analysis; g) Prepare maps, drawings, sketches, and final reports on work performed; h) Conduct non-destructive testing (NDT); and i) Conduct training and give exit briefing to installation personnel. Selected firm must have CADD (AutoCAD and Intergraph) and GIS (ArcView) capability and ability to translate data files between systems. Related services such as furnishing drawings and specifications, cost estimate reports and life cycle cost reports may also be required. SELECTION CRITERIA: Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Use of MICRO PAVER maintenance management system. (2) Non-destructive testing of pavements. (3) Evaluation and design for maintenance of pavements. (b) Quality control procedures and team organization, including consultants as described in the Management Plan (see SUBMITTAL REQUIREMENTS). The selected A-E firm must be able to provide products that meet guidance, criteria and quality standards without detailed review by the District. The firm must also present a logical team organization that provides an effective method of coordination and communication between the individual team members as well as consultants and other Corps of Engineers offices. (c) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants). Key team members must have completed the MICRO PAVER Comprehensive Course given by the University of Illinois, American Public Works Association (APWA) or Corps of Engineers within the past two years. Team members with signature authority on technical documents should be engineers who have obtained professional registration. (d) Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. (e) Past performance on previous contracts with respect to cost control, quality of work, and compliance with performance schedules. (f) Compatibility with CADD and GIS systems as described above. (g) Extent of participation of SB, SDB, and, if appropriate, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (h) Volume of DOD contract awards in the last 12 months with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than 4:00 PM CDT on September 27, 1999. In block 10 of the SF 255, provide the following: (a) Management Plan. The plan should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the Northwestern Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS). If firms has no number, so state. In block 6 of SF 255 provide the ACASS firm number for any consultants. If firm has no number, so state. To receive information on how to obtain an ACASS number, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices will not be scheduled. Posted 08/23/99 (W-SN370963). (0235)

Loren Data Corp. http://www.ld.com (SYN# 0044 19990826\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page