|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5,1997 PSA#1986US Army Corps of Engineers, CESPL-CT, P.O. Box 532711, Los Angeles, CA
90053-2325 C -- CIVIL ENGINEERING AND PLANNING FOR CIVIL WORKS PROJECTS SOL
DACW09-98-R-0004 POC A-E Contracts/Compliance Branch, Angela Hermanson,
(213) 452-3265, Technical Information, Cynthia Wong, (213) 452-3807 1.
CONTRACT INFORMATION: Planning Services (Brooks A-E Act, PL 92-582)
for Indefinite Delivery Contracts for Civil Works Projects at Various
Locations in the Los Angeles District (Southern California, Arizona,
Southern Nevada, and Southern Utah) (BLOCK 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, 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 this contract are that a minimum of 60% of the contractor's
intended subcontract amount will be placed with small businesses (SB),
including small disadvantaged businesses (SDB), 10%, and woman-owned
businesses (WOB) 5.0%. The plan is not required with this submittal.
There will be two (2) indefinite delivery contracts for
Architect-Engineer (A-E) services. The top ranked firm 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. Ordinarily,
task orders will be placed with the top ranked firm. However, a task
order may be placed first with the other contractif the top ranked
contractor does not have the capacity to complete the task order in the
required time period, the top ranked contractor has performed
unsatisfactorily on previous task orders under the subject contract,
and or significantly less work has been placed under the other
contract. Yearly cumulative amount of individual task orders per
contract not to exceed $1,000,000.00. The contracts will include an
option for extension for second and third year with additional amount
for each optional year not to exceed $1,000,000.00. If the contract
amount for the base year period or preceding optionyear periods has
been exhausted or nearly exhausted the Government has the option to
exercise contract options before the expiration of the base year period
or preceding option year periods. The estimated contract start date is
July 98 for a period of 12 months (through July 99). Work is subject
to availability of funds. Estimated construction cost is not
applicable. The agency has determined that FIRM Part 201-39 does not
apply based on the exception set forth in 201-39.101-3(b) (3iii) (B).
2. PROJECT INFORMATION: The work and services shall consist of
reconnaissance and feasibility level water resources civil works
studies and projects. Typical civil works projects and studies
encompass flood control, flood plain management, water supply and
distribution, water quality control, groundwater and wastewater
treatment, seismic evaluation of infrastructure, fish and wildlife
habitat conservation, outdoor recreation, hydropower, streambank
erosion protection and approximately 20% of environmental and survey
and mapping services. Each task order when applicable shall be
supported by Microsoft Project Planning Software, Version 4.0 or
equivalent and by Intergraph Computed Aided Drafting and Design (CADD)
system or compatible. Contractor shall acquire the Micro-Computer
Aided Cost Estimating System (MCACES Gold) software and related
training from commercial sources for use in this contract when
necessary. 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 SF 255 describe the firm's 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.
3. SELECTION INFORMATION: See Note 24 for general selection process.
The selection criteria are listed below in descending order of
importance. CriteriaA through E are primary. Criteria F through H are
secondary and will only be used as "tie-breakers" among technically
equal firms: A. Qualified personnel in the following key disciplines:
(1) Civil Engineering, (2) Hydraulic Engineering, (3) Hydrology, (4)
Environmental Engineering, (5) Community/Urban Planning, (6) Economics,
(7) Structural Engineering, (8) Sanitary Engineering, and must also
demonstrate the ability to obtain supporting disciplines in the
following areas: (a) Geology, (b) Landscape Architecture,
Archeology/Anthropology, (d) Fishery and Wildlife Biology/Ecology, (e)
Land Surveying, and (f) Cartography. B. Specialized experience and
technical competence in: (1) preparing reports and environmental impact
statements for reconnaissance and feasibility level water resources
studies, such as flood control, flood plain management, water supply
and distribution, water quality control, groundwater and wastewater
treatment, seismic evaluation of infrastructure, surveying and mapping
services, fish and wildlife habitat conservation, outdoor recreation,
hydropower, and streambank erosion protection; (2) Corps of Engineers
plan formulation of flood control and water supply projects; (3)
hydrologic and hydraulic (open channel) analyses with expertise in
desert flood control and alluvial fans (flash flood, short duration,
high peak, sheet flows and sediment transport analysis); (4) hydraulic
analysis of water supply systems, including storage requirements, fire
flow requirements and emergency reservoir storage requirements; (5)
seismic risk assessment of municipal water supply system and emergency
planning; (6) wastewater collection and treatment; (7) surveying and
mapping; (8) habitat evaluation procedures; (9) applicable Federal and
State (California, Nevada, Arizona, and Utah) environmental laws and
regulations; (10) water rights, water quality standards, and other
regulatory requirements, and (11) supporting knowledge of and
experience in: (a) public involvement and consensus based procedures;
(b) critical path scheduling experience in Microsoft project planning
software or compatible is preferable; geographic information systems
and other automated cartographic services; (d) economic analyses
(National Economic Development criteria); (e) Intergraph CADD system or
compatible and Automated Review Management System capability; (f)
preparation of preliminary and final cost estimates using MCACES Gold
in the appropriate breakdown structure; (g) nonstructural plan
development including flood warning systems, relocation, and flood
proofing. C. Capacity to perform two $250,000 task orders in a 90 day
period. This 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 key disciplines. D. Past Performance on
DOD and other contracts with respect to cost control, quality of work,
and compliance with performance schedules. E. Knowledge of the
locality such as geological features, climatic conditions, local
material resources, and local construction methods. F. Geographic
proximity (physical location) of the firm in relation to the location
of project(s). G. 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. H. Volume of DOD contract awards in the last 12 months as
described in Note 24. All firms that submit an SF 255 shall be notified
with a post card acknowledging receipt of their response. The firms
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 Selection 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 Defense 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 firm will
receive consideration during selection and all other selection
evaluation 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 firm
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 (BDC's) to provide assistance to Small Disadvantage Business
Concerns to participate in Government contracts. Information provided
by calling the office shown. 4. SUBMISSION REQUIREMENTS: Interested A-E
firms having the capabilities for this work are invited to submit one
(1) completed Standard Form (SF) 254 and 255, revised editions dated
November 1992, Architect-Engineer and Related Services Questionnaires
for the prime and one (1) SF 254 for each subcontractor/consultant, 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 to sufficiently present a
complete and effective response are not desired. Phone calls and
personal visits are discouraged. Response to this notice must be
received within 30 calendar days from the date of issuance of this
synopsis. If the 30th day is a weekend day or a Federal Holiday, the
deadline is the close of business of the next business day. Include
ACASS number of the office that will perform the work in Block 3b. Call
the ACASS Center at 503-326-3459 to obtain a number. No other general
notification will be made of this work. Solicitation packages arenot
provided for A-E contracts. Firms desiring consideration shall submit
appropriate data as described in numbered Note 24. (0337) Loren Data Corp. http://www.ld.com (SYN# 0034 19971205\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|