|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1995 PSA#1493US Army Corps of Engineers, Los Angeles District, P.O. Box 2711, Los
Angeles, CA 90053-2325 C -- INDEFINITE DELIVERY CONTRACT WITH EMPHASIS ON CIVIL ENGINEERING
FOR CIVIL WORKS PROJECTS AT VARIOUS LOCATIONS IN THE LOS ANGELES, SO.
CALIFORNIA, AZ, NV AND SO. UTAH SOL DACW09-96-R-0007 POC James Hogan,
(213) 894-5118. Architect-Engineer Services (Brooks A-E Act, PL 92-582)
for Indefinte Delivery Contract(s) with emphasis on Civil Engineering
for Civil Works Flood Control Projects at various locations in the Los
Angeles District (Southern California, Southern Nevada, Southern Utah
and Arizona). (Blocks 1 of SF 255). The majority of the work and
services will be for Civil Works Projects. however, there will be a
smaller portion of the work and services for military projects. This
announcement is open to all businesses regardless of size. If a large
Business is selected for this contract, they must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on the
part of the work it intended subcontract. The subcontracting goals for
this contract are that a minimum of 29% of the contractor's intended
subcontract amount to be placed with Small Businesses (SB), including
Small Disadvantaged Businesses (SDB), 8.5% and Woman-Owned (WOB) 40%.
The plan is not required with this submittal. There will be teo (2)
indefinte delivery order contracts for Architec-Engineer services. The
first choice will be awarded the first Contract. There will be a
delay, not to exceed twelve months, between the award of the first and
second contract. The general requirements (Appendix A) are similar for
both contracts. Total cumulative amount not to exceed $750,000.00, with
work and serviced performed on individual delivery orders, as required,
with no one delivery order to exceedd $150,000.00. The contracts will
include an option for extension for a second year with an additional
amount not to exceed $750,000.00. The estimated contract start date is
June 96 for a period of twelve (12) months (through June 97). Work is
subject to availability of funds. Estimated construction cost is not
applicable. The proposed contracts require the use or delivery of
Federal Information Processing (FIP) resources. The agency has
determined that FIRMR Part 201-39 does not apply based on the exception
set forth in 201-39.101-3(b)(3iii)(B). PROJECT INFORMATION: The work
and services will be the reparation of design and management scheduling
reports using Primavera and Open Plan Proffessional, preparation of
preliminary, final design documents and other engineering documents.
Contractor will be required to acquire the necessary software and
training from the vendor. The Firms selected for these contracts will
be expected to submit a quality control/quality assurance plan and to
adhere to it during the work and services required under the contract.
In Block 10 of the SF255 describe the firms Design Quality Control
Plan (DQCP), including Design Quality Assurance Plan (DQAP) of
subcontractor(s) work. The Plan must be prepared and approved by the
Government as a condition of contract award, but is not required with
this submission. SELECTION INFORMATION: See Note 24 for general
selection process. The selection criteria are listed below in
descending order of importance (first by major criterion and them by
each sub-criterion). Criteria ''a'' through ''d'' are primary. Criteria
''e'' through ''g'' are secondary and will be used as ''tie-breakers''
among technically equal firms. a. Specialized experience and technical
competence in: design for flood control of dams channels and levees. b.
Knowledge of and experience in (1) civil engineering and project
management, using Primavera and/or Open Plan Professional, or a
compatible computer software system, (2) supporting Knowledge of and
experience in structural engineering for flood contral structural
design. c. Qualified personnel in the following key disciplines: civil
engineering, structural engineering, mechanical engineering, and
electrical engineering. d. Past Performance on DoD and other contracts
with respect to cost control, quality of work and codmpliance with
performance schedules. e. Capacity to perform two (2) $150,000.00
delivery orders in a ninety (90) day period. The evaluation will
consider the experience of the firm and any consultants in similar size
projects, and the availability of an adequate number of personnel in a
key disciplines. f. Extent of participation of SB, SDB historically
black colleges and universities, and minority insititutions in the
proposed contract team, measured as a percentage of the estimated
effort. g. Volume of DoD contract awards in the last twelve (12) months
as described in Not 24. All firms that submit and SF 255 shall be
notified with a post card acknowledging reciept of their response. The
irms which are not recommended by the Pre-Selection Board to the
Selection Board for further consideration, shall also be notified with
a post card. The firms which are considered by the Selecton Board but
are not ranked for negotiation shall be notified with a post card. The
firms which are ranked for negotiation but are not selected for an
award shall be notified after the award of the contract. The contract
award shall be announced in the Commerce Business Daily. Consistent
with the Department of Defence Policy of effecting an equitable
distribution of contracts among qualified Architect-Engineer firms
including small, disadvantaged owned firms and firms that have not had
prior DoD contracts (see Note 24), qualified small disadvantaged owned
firms and firms that have not had prior DoD contracts (see Note 24),
qualified small disadvantaged firms will recieve consideration during
selection and all other selection evaluations criteria being equal,
also participation in a joint venture may become a determining factor
for selection. Therefore, all offerors' submittals should specifically
identify in the appropriate portions of the SF 255 all proposed small
disadvantaged firms participation in the proposed activity to be
accomplished by the Contractor (see Note 24). The Los Angeles District
and Minority Business Development Agency are working with local
Business Development Centers (BCD's) to provide assistance to small
Disadvantaged Business Concerns to participate in Government contracts.
Information provided by calling the office shown. SUBMISSION
REQUIREMENTS: Interested A-E firms having the capabilities for this
work are invited to submit on (1) completed Standard Form (SF) 254 and
255, revised editions dated November 1992, Architect-Engineer and
Related Services Questionnairs for the prime and one (1) SF 254 for
each subcontractor/consutant, by addressing a transmittal letter to the
office shown. Lengthy cover letters and generic corporation brochures,
or other presentations (such as binding of SF 254 and 255) beyond
those sufficient to present a complete and effective response are not
desired. Phone calls and personal visits are discouraged. Response to
the notice must be recieved within thirty (30) calendar days from the
date of issuance of this synopsis. If the 30th day is a weekend day.
Include ACASS number in Block 3b. Call the ACASS Center at (503)
326-3459 to obtain a number. No othr general notification will be made
of this work. Solicitation packages are not provided for A-E
contracts. Firms desiring consideration shall submit appropriate data
as described in numbered Note 24. (0349) Loren Data Corp. http://www.ld.com (SYN# 0009 19951218\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|