Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,2000 PSA#2534

US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New Orleans, LA 70160

C -- A/E CONSTRUCTION QUALITY ASSURANCE SERVICES WITHIN THE LIMITS OF THE NEW ORLEANS AREA OFFICE OF THE NEW ORLEANS DISTRICT SOL DACW29-00-R-0051 POC Jane Kulick, Contract Specialist, 504-862-2869 or Elois Evans, Contracting Officer, 504-862-1163 1. CONTRACT INFORMATION: Professional Services (Architect-Engineer) are required to perform Construction Quality Assurance Services on behalf of the U.S. Army Corps of Engineers, New Orleans District. This procurement is a small business set aside. SIC Code is C213, Size Standard is $4.0 million. This will be an Indefinite Delivery/Indefinite Quantity type contract for a base period of one year with two option periods of one year each. The basic contract will commence in or about the second quarter of Calendar Year 2000. The maximum ceiling of the proposed contract is $1,000,000 per period. In order to be eligible for award, contractor must be registered in Central Contract Registration. 2. PROJECT INFORMATION: Such services are to be accomplished through the utilization of Quality Assurance Representatives on various types of construction projects including, but not limited to: buildings, locks, dams, levees, revetments, jetties, and hydraulic and bucket dredging, and for the repair and/or maintenanceof various structures. The Construction Quality Assurance and related services shall consist of performing quality assurance in accordance with plans developed by or for the Government and Government policy and regulations. Experienced Quality Assurance Representatives must demonstrate, as a minimum, the following qualifications: independent record keeping and preparation of reports for inspection and testing; interpretation of plans and specifications; and observance of construction activities to check adherence to safety practices and requirements. Each inspector's resume' on the SF 255 must state the above mentioned qualifications individually. Quality Assurance activities shall include, but not be limited to: monitoring, documenting and recording construction contractor quality control activities and construction safety, progress and quality. The firm must have the in-house capability to provide a minimum of four (4) Quality Assurance Representatives, each with a company-furnished pickup truck and a pager. The geographic location in which these services will be performed is within the limits of the New Orleans Area Office of the New Orleans District, which includes the following parishes: Orleans, St. Bernard, Jefferson, St. Charles, St. John the Baptist, St. James, Ascension, Iberville, West Baton Rouge, East Baton Rouge, East Feliciana, West Feliciana, St. Helena, Livingston, Tangipahoa, Washington, Plaquemines, and St. Tammany. Services may be required in remote places. A line item will be included in the contract that will allow work to be performed in parishes other than those listed above in cases of emergency. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The selection criteria for this particular project are listed below in order of importance: Criteria (1) through (6) are primary. Criteria (7) through (9) are secondary and will only be used as "tie-breakers" among technially equal firms. (1) Specialized Experience and Technical Competence, (2) Professional Qualifications, 3) Past Performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules (i.e., ACASS and letters of recommendation), (4) Capacity to Accomplish the Work, (5) Knowledge of the Locality, (6) Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort, (7) Location of the firm, and (8) Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit five (5) copies of SF 255 (11/92 edition) and five (5) copies of SF 254 (11/92 edition) for the prime and all consultants/subcontractors to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the dealine is the close of business the next business day. Solicitation packages are not provided. This is not a Request for Proposal. The physical address is: U.S. Army Corps of Engineers, New Orleans District, ATTN: CEMVN-CT-T, 7400 Leake Ave., New Orleans, LA 70118-1030. Refer to Announcement No. DACW29-99-R-0051. See Note 1.***** Posted 02/08/00 (W-SN423315). (0039)

Loren Data Corp. http://www.ld.com (SYN# 0035 20000210\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page