|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9,1995 PSA#1470US Army Corps of Engineers, Los Angeles District, P.O. Box 2711, Los
Angeles, CA 90053-2325 C -- CIVIL ENGINEERING FOR CIVIL WORKS PROJECTS SOL DACW09-96-R-0006
POC A-E Contracting Branch, James Hogan (213) 894-5490, Technical
Information, Jan Kwiecinski, (213) 894-0458. 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, they 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 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) 4.0%. The plan is not required with this submittal. There will be
two (2) indefininte delivery order contracts for Architect-Engineer
services. The first choice 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. Total cumulative amount not to exceed
$750,000.00, with work and services performed on individual delivery
orders, as required, with no one delivery order to exceed $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 Apr 96 for a period of 12 months (through Apr
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 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 preparing reports
and environmental impact statements for reconnaissance and easibility
level water resources civil works studies and projects. Typical civil
works projects and studies encompass navigation, flood control, flood
plain management, shore and hurricane protection, 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. Construction cost
estimates will be performed using MCACES in the appropriate breakdown
structure. Contractor will be required to acquire the necessary
software and training from the vendor. The principle field of
professional expertise will be in civil engineering with planning,
environmental and economic skills required. Specialized qualifications
include knowledge and experience in Corps' traditional flood control
and water supply plan formulation, hydrologic and hydraulic analyses
with expertise in desert flood control on alluvial fans (flash flood,
short duration, high peak, sheet flows and sediments transport
analysis); hydraulic analysis of water systems, including storage
requirements, fire flow requirements and emergency reservoir storage
requirements; seismic risk assessment of municipal water supply systems
and emergency planning; wastewater collection and treatment; surveying
and mapping; habitat evaluation procedures; applicable Federal and
State (California, Nevada, Arizona, and Utah) environmental law and
regulations; water rights, water quality standards, and other
regulatory requirements. 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 report 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 (first by major criterion and then by
each sub-criterion). Criteria a through d are primary. Criteria e
through g are secondary and will only be used as ''tie-breakers'' among
technical equal firms: a. Specialized experienceand technical
competence in preparing reports and environmental impact statements for
reconnaissance and feasibility level water resources studies,
encompassing navigation, flood control, flood plain management, shore
and hurricane protection, 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. b. Knowledge of and experience in: (1) Corps'
traditional flood control and water supply plan formulation; (2)
hydrologic and hydraulic analyses with expertise in desert flood
control and alluvial fans (flash flood, short duration, high peak,
sheet flows and sediment transport analysis); (3) hydraulic analysis of
water system, including storage requirements, fire flow requirements
and emergency reservoir storage requirements; (4) seismic risk
assessment of municipal water supply system and emergency planning; (5)
wastewater collection and treatment; (6) surveying and mapping; (7)
habitat evaluation procedures; (8) applicable Federal and State
(California, Nevada, Arizona and Utah) environmental laws and
regulations; (9) water rights, water quality standards, and other
regulatory requirements; (10) supporting knowledge and experience in:
(a) public involvement and consensus based procedures; (b) critical
path scheduling experience in Open Plan or compatible is preferable;
(c) geographic information systems and other automated cartographic
services; (d) economic analyses (National Economic Development
criteria); (e) Intergraph or compatible CADD system and Automated
Review Management System capability; (f) preparaton of preliminary and
final cost estimates using MCACES Gold in the appropriate breakdown
structure; (g) constructural plan development including flood warning
system, relocation, and flood proofing. c. Qualified personnel in the
following key disciplines: (1) Civil Engineer, (2) Hydraulic Engineer,
(3) Water Resources Planner, (4) Hydrologist, (5) Economist, (6)
Structural Engineer, (7) Sanitary Engineer, (8) Community/Urban
Planner, and (9) the supporting disciplines: (a) Geologist, (b) Fishery
and Wildlife Biologist/Ecologist, (c) Water Quality Specialist, (d)
Landscape Architect, (e) Archeologist/Anthropologist, (f) Aquatic
Ecologist, (g) Hazardous Material Specialist, (h) Lad Surveyor and (i)
Cartographer. d. Past Performance on DoD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. e. Capacity to perform two $150,000 delivery
orders in a 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 key disciplines. f.
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. g. 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 policyj 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 ventgure
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.
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 editins 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 sufficient to 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 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
are not provided for A-E contracts. Firms desiring consideration shall
submit appropriate data as described in numbered Note 24. (0311) Loren Data Corp. http://www.ld.com (SYN# 0018 19951108\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|