Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9,1995 PSA#1470

US 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