COMMERCE BUSINESS DAILY ISSUE OF MARCH 20, 2001 PSA #2811
SOLICITATIONS
C -- ARCHITECT-ENGINEER AND/OR LANDSCAPE ARCHITECTURE FOR DESIGN OF RIO SALADO ENVIRONMENTAL RESTORATION PROJECTS, PHOENIX, AZ
- Notice Date
- March 16, 2001
- Contracting Office
- US Army Corps of Engineers, CESPL-CT, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- DACW09-01-R-0007
- Point of Contact
- A/E Contracting Branch, Tina Frazier, (213) 452-3252 or Cindy Myrtetus, (213) 452-3247; Technical Information, Jatin Desai, (213) 452-3721
- Description
- CONTRACT INFORMATION: Design for Rio Salado (Salt River) Environmental Restoration Projects, Phoenix, AZ. Block 1 of SF 255). The 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 62% 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%, Hub-Zone small business, 1.5%, and Veterans owned small business, 3%. The plan is not required with this submittal. This will be a Firm Fixed Price contract for ArchitectEngineer Services. The anticipated start date will be May 2001. The contract period will be six years. Work is subject to availability of funds per clause 52.232-5002,Continuing Contracts(Alternate). Estimated construction cost is not applicable. Prospective contractors must be registered in the Central Contractor Registration (CCR) database, prior to award of a contract, basic agreement, basic ordering agreement, or blanket purchase agreement. Lack of registration in the CCR database will make an offeror ineligible for award. To register online, visit the CCR homepage at: http://www.ccr2000.com. PROJECT INFORMATION: The work and services shall consist of preparation of preliminary and final design documents and other engineering documents, and preparation of construction drawings, Design Documentation Reports and specifications for erosion and sediment control, aesthetics treatment, recreation facilities, landscape, environmental restoration and native habitat, vector control, FAA requirements related to bird strike and wildlife near airport, lined wetlands/ponds, reclamation/restoration and flood control channels and earthen dams. The primary features of project consist of native habitat planting along Salt River's terrace/banks, water distribution with open canals where feasible, irrigation system, lined pond and reservoir, maintenance roads, pedestrian and bike trails, incidental recreation features, grading, production wells and pumping stations. Construction estimates will be prepared using MCACES in the appropriate breakdown structure. The contractor will be required to acquire the necessary software and training from the vendor. Construction documents will be prepared using Microstation Version 5.0 "DGN" binary format CADD system. The firm selected for this contract 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 plans must be prepared and approved by the Government, as a condition of contract award, but are 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. Criteria a through e are primary. Criteria f through h are secondary and will only be used as "tiebreakers" among technically equal firms: a. Professional Qualifications: Landscape Architecture, Land use and Recreational Planning, Civil Engineering, Biologist familiar with vector control and FAA regulations near airport as related to wildlife, geology and groundwater hydrology, with supporting disciplines in cost estimating, Architecture, Structural Engineering, Electrical Engineering, Mechanical Engineering and CADD capabilities. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. b. Specialized experience and technical competence in: (1) Recreation Planning and Design, (2) Landscape Architecture, (3) Environmental Restoration in a desert environment (re-vegetation, land rehabilitation, lined wetland/ponds design, erosion and sediment control, water and irrigation delivery system including well/reservoir design in a desert environment and familiarity with use of plants native to the area), (4) Environmental issues related to landfill, (5) Geographic information systems and other cartographic services, (6) economic analysis, (7) Microstation CADD system and Automated Review Management System , (8) Preparation of preliminary and final cost estimates using MCACES Gold in the appropriate breakdown structures. c. Capacity to accomplish the work in the required time and the availability of an adequate number of personnel in key disciplines, d. Past Performance on DOD contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Knowledge of the locality such as geological features, ADEQ requirements, 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 submittals shall be acknowledged either in writing or electronically. All firms shall be notified of their selection status either in writing or electronically within ten days after selection approval. 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 ArchitectEngineer 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 Disadvantaged Business Concerns to participate in Government contracts. Information provided by calling the office shown. SUBMISSION REQUIREMENTS: Interested AE 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, ArchitectEngineer 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 beyond those to sufficiently present a complete and effective response are not desired. Submittals are to be bound by staple or binder clip in upper left corner, SF 255 on top. Phone calls and personal visits are discouraged. Response to this notice must be received within 30 calendar days from the date of publication in the CBD 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 503808-4591 to obtain a number; or, go to website www.nwp.usace.army.mil/ct/i and apply on-line. No other general notification will be made of this work. Solicitation packages are not provided for AE contracts. Firms desiring consideration shall submit appropriate data as described in numbered Note 24.
- Record
- Loren Data Corp. 20010320/CSOL005.HTM (W-075 SN50G4K2)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|