|
COMMERCE BUSINESS DAILY ISSUE OF MAY 10,2000 PSA#2597U.S. Army Engineer District, Norfolk, Attn: CENAO-CT, 803 Front Street,
Norfolk, Virginia 23510-1096 C -- A-E SERVICES FOR INDEFINITE DELIVERY CONTRACTS FOR PREPARATION OF
STUDIES AND DESIGNS AT VARIOUS LOCATIONS AS DIRECTED BY THE NORFOLK
DISTRICT, CORPS OF ENGINEERS, WITH THE MAJORITY OF WORK PERFORMED AT
MTMCTEA. SOL DACA65-00-R-0015 POC Debbie Gray, 757-441-7551 E-MAIL:
Debbie Gray, debora.s.gray@usace.army.mil. 1. CONTRACT INFORMATION: A-E
services are expected to be required for a variety of projects,
including traffic engineering studies, computer modeling of military
transportation systems, and GIS and outloading studies at various
military facilities. The types of contracts proposed are Indefinite
Delivery Contracts (IDCs). These services are procured in accordance
with PL 92-582 (Brooks A/E Act) and FAR Part 36. One or more contracts
may be awarded, each with a base period not to exceed one year and two
option periods not to exceed one year each. The amount of work in each
contract period will not exceed $1,000,000. An option period may be
exercised when the contract amount for the base period or preceding
option period has been exhausted or nearly exhausted. The cumulative
value of all delivery orders, including the base year and two option
periods, will not exceed $3,000,000. Work will be issued by negotiated
firm-fixed price task orders. The Contracting Officer will consider
the following factors in deciding which contractor will be selected to
negotiate an order: performance and quality of deliverables under the
current contract, current capacity to accomplish the order in the
required time, uniquely specialized experience, and equitable
distribution of work among contractors. The contracts are anticipated
to be awarded between JUL 2000 and SEP 2000. 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 for the Norfolk
District, which will be considered by the contracting officer, are that
a minimum of 50% of a contractor's intended subcontract amount be
placed with a small business (SB), including small disadvantaged
businesses (SDB), and 5% be placed with SDB. This procurement is
classified under SIC Code 8711. The plan is not required with this
submission. The wages and benefits ofservice employees (see FAR 22, 10)
performing under these contracts must be at least equal to those
determined by the Department of Labor under the Service Contract Act.
2. PROJECT INFORMATION: A-E services may include field investigation,
project programming documents, feasibility and life cycle cost studies,
traffic studies, computer modeling, and GIS investigations. 3.
SELECTION CRITERIA: See Note 24 for general A-E selection process. The
selection criteria are listed below in descending order of importance
(first by major criterion and then by each sub-criterion). Criteria
a-e are primary. Criteria f & g are secondary and will only be used as
"tie-breakers" among technically equal firms. a. SPECIALIZED
EXPERIENCE AND TECHNICAL COMPETENCE: (1) Demonstrated experience by the
prime firm and its consultants in traffic engineering, computer
modeling, and GIS investigations in DOD projects. (2) Demonstrated
experience by the prime firm and its consultants in traffic
engineering, computer modeling, and GIS investigations in private
sector and other government agencies projects. (3) Demonstrated
experience by the prime firm and its consultants in traffic
engineering, computer modeling, and GIS investigations working with
other engineers/architects. (4) Computer Resources -- firms must
indicate in Block 10 of the SF 255 the following items: (a)
accessibility to and/or familiarity with the Construction Criteria Base
(CCB) system, including the ability to produce .pdt format
specifications. This shall include as a minimum, the SPECSINTACT
specification system; the MCACES estimating system, and the ARMS review
management system; (b) demonstrated CADD capability with capacity to
produce output files in ".DWG" file format, including production of
.cal format files for solicitation purposes; (c) access to a Hayes
compatible modem 5600 baud or better; (c) must have two years
experience with Active Server Page(s) for Web Based Applications; (d)
must have demonstrated experience with Environmental Sciences Research
Institute and Intergraph web-based GIS tools; (e)must have experience
publishing real-time data including, but not limited to, weather,
congestion, construction. b. PROFESSIONAL QUALIFICATIONS: (1) The
design team must possess registered professional capability (in-house)
for CIVIL ENGINEERS experienced in transportation as well as other
areas of Civil Engineering. (2) A Project Team Management Plan
including team organization and proposed method of carrying out the
work to meet specific task order requirements and schedules. c.
CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must
demonstrate ability of the design team to complete the project as
scheduled. d. PAST PERFORMANCE ON DOD AND OTHER CONTRACTS: (1) ACASS
evaluations (superior performance evaluations on recently completed
projects is advantageous); (2) Letters of evaluation/recognition by
other clients; (3) Cost control and estimating performance as a
percentage deviation between the final estimate and low bid on similar
TYPE and SIZE projects; (4) On-time delivery of designs for DOD and
similar projects. e. KNOWLEDGE OF THE LOCALITY: as described in NOTE
24. f. GEOGRAPHIC PROXIMITY: Location of the firm in the general
geographic area of the Norfolk District, COE. g. SB and SDB
PARTICIPATION: Extent of participation of small businesses,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. h. EQUITABLE DISTRIBUTION OF A-E CONTRACTS: Volume of
DoD Contract Awards in the last 12 months. Equitable distribution of
contracts among qualified A-E firms, including minority-owned firms,
small business (SB) and small disadvantaged business (SDB)
participation and firms that have not had prior DoD contracts.
Considerations may include: (1) ACASS retrievals; (2) Current workload
as listed in Block 9 of the SF 255; and (3) Equitable distribution of
work among A-E firms (including minority-owned firms, small business
(SB) and small disadvantaged business (SDB) participation and firms
that have not had prior DoD contracts) will only be considered when
used as a "tie-breaker". 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. All requirements of this announcement
must be met for a firm to be considered for selection. Interested
firms having the capabilities to perform this work must submit a single
SF 255 (11/92 edition) for the design team and single copies of current
SF 254 (11/92) for the prime firm and all consultants, to the above
address not later than the close of business on the 30th day after the
date of this announcement. For the purpose of this notice, day number
one is the day following the date of publication. If the 30th day is
a Saturday, Sunday, or Federal Holiday, the deadline is the close of
business of the next business day. The revised 11/92 edition of the
SF255 (NSN 7450-01-152-8074) & SF254 (NSN 7540-01-152-8073) is
required. Forms may be obtained through GPO at (202)512-1800. The SF
255 must also include thefollowing: a. Firms with more than one office
-- (1) Block 4: distinguish, by discipline, between the number of
personnel in the office to perform the work and the total number of
personnel in the firm; (2) Block 7c: each key person's office location;
b. Block 3: prime firm's ACASS # and distance (in terms of POV driving
miles) from address of office to perform the work and the Norfolk
District. For ACASS information, call 503-326-3459; c. Block 7f:
registrations must include the year, discipline and state in which
registered; d. Block 8b: Include a descriptive project synopsis of
major items of work; e. Block 9. Indicate fee in terms of thousands of
dollars, not percentage of work completed. f. Block 10. Describe owned
or leased equipment that will be used to perform this contract, CADD
capabilities, and provide an organizational chart including all key
elements of the design team demonstrating the firm's understanding of
and ability to execute projects under the contract. Submittals by
facsimile transmission will not be accepted and will be considered
nonresponsive. Prior to the final selection, firms considered highly
qualified to accomplish the work may be interviewed either by telephone
or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL.
SOLICITATION PACKAGES WILL NOT BE PROVIDED. Posted 05/08/00
(W-SN452372). (0129) Loren Data Corp. http://www.ld.com (SYN# 0018 20000510\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|