Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 29, 2001 PSA #2860
SOLICITATIONS

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR CIVIL/STRUCTURAL DESIGN AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
May 24, 2001
Contracting Office
U.S. Army Engineer District, Alaska, Attn: CEPOA-CT-CO, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: 2204 Third Street, Room 56), Elmendorf AFB, AK 99506-0898)
ZIP Code
99506-0898)
Solicitation Number
DACA85-01-R-0031
Point of Contact
Ms. June Wohlbach, Contract Specialist, 907/753-5624
Description
1. CONTRACT INFORMATION: 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 for that part of the work it intends to subcontract. The FY01 subcontracting goals are a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses, 9.1% of that to small disadvantaged businesses, and 5.0% to woman-owned businesses, 3.0% to veteran-owned small business, and 1.5% to HUBzone business. The subcontracting plan is not required with this submittal. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price. The contract limit is $1 million per year. The contract may include options for two additional option years and an additional $1 million per year. There will be no specific delivery order limit except that of the contract limit. Contract award is anticipated for Nov 01. The Alaska District is also contemplating awarding a sole source 8(a) contract for similar work. If this happens, the allocation of requirements between that contract and this contract will be based on the assessment of best value for the Government, and may include a unilateral assessment by the Government of any or all of the following unranked issues. a. Equitable allocation of work among contracts; b. Specific and unique capabilities, c. Apparent capacity of the contractor to perform the anticipated type of work; d. Timeliness and historical work performance, e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between task orders; h.Understanding of local factors and geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Prohibition of designer performing construction (AE-construction); n. Ease of negotiation completion; and o. Available personnel. 2. PROJECT INFORMATION: The AE shall have sufficient staffs, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are design of new structures; the renovation of existing structures, conduct site visits; perform seismic analysis (in accordance with FEMA 302 and 303, 1997 Edition NEHRP Recommended Provisions for Seismic Regulations for New Buildings and Other Structures) and evaluation of existing buildings (in accordance with FEMA 310, Handbook for the Seismic Evaluation of Buildings-A Prestandard); perform wind and snow loads analysis (in accordance with ASCE 7-95, Minimum Design Loads for Buildings and Other Structures); perform bridge design; prepare evaluation reports; site layout; area grading; landscaping; parking lot design, road design; intersection design; water and sewer service design (utilidor or direct bury); and provide construction phase services. Arctic design experience is required either in-house or provided by a subcontractor. The firm must demonstrate ability to provide CADD formulated drawings and use MCACES-Gold (estimating system) for all projects and in addition use the DR. CHECKS via modem for Army projects. MCACES-Gold and DR. CHECKS programs shall be furnished by the Government (hardware required for DR. CHECKS: IBM compatible, 486 computer and a 20MB hard drive with 640K memory.) LOCATION: Primarily Various Locations in Alaska. 3. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance (first by major criterion and then by each subcriterion). Criteria A-F are primary selection criterion. (A) professional personnel in the following disciplines: (1) minimum in-house requirements are 2 registered civil/structural engineers each with 5 years post-graduate experience with the structural engineer having at least 5 years of structural engineering design experience; (2) disciplines which may be subcontracted: architectural, mechanical, electrical, landscape, specification writer, estimator, and asbestos/lead/HTRW. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (B) specialized experience and technical competence in: (1) general civil design relating to building siting and layout; (2) structural and seismic design experience; (3) road/parking lot design; (4) landscape design; (5) water and sewer piping design; (C) knowledge of locality: (1) demonstrated arctic or cold regions design experience. (2) availability of AE staff to meet frequently with Corps personnel in the Alaska District Corps of Engineers' office in Anchorage and ability to mobilize staff to Alaskan project sites on relatively short notice; (D) capacity to maintain schedules and accomplish required work on three simultaneous delivery orders; (E) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; and (F) sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design.. Criteria G-I are secondary and will only be used as "tie-breakers" among technically equal firms. (G) location of the firm in general geographical area of the projects; (H) extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; and (I) volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Firms submitting SF 255s (1 copy only) should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, by calling the administrative contact named above, or from commercial software suppliers for use with personal computers and laser printers. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the 30th day from the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided.*****
Record
Loren Data Corp. 20010529/CSOL012.HTM (W-144 SN50N040)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 24, 2001 by Loren Data Corp. -- info@ld.com