Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1995 PSA#1471

US Army Corps of Engineers, Los Angeles District, P.O. Box 2711, Los Angeles, CA 90053-2325

C -- LANDSCAPE ARCHITECTURE AND RECREATION PLANNING FOR CIVIL WORKS PROJECTS AT VARIOUS LOCATIONS IN THE LOS ANGELES DISTRICT ERN CALIFORNIA) SOL DACW09-96-R-0005 POC A.E. Contracting Branch, James W. Hogan, (213) 894-5490, Technical Information, Pamela Castens, (213) 894-2314. CONTRACT INFORMATION: Planning Services (Brooks A-E ACT, PL 92-582) for Indefinite Delivery Contracts for Architecture and Recreation Planning for Civil Works Projects at Various Locations in the Los Angeles District (Southern California (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 dthis contract, they musst comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontractaing goals for this contract are that a minimum of 29% of the contractors intended subcontract amount to be placed with small business (SB), including small disadvantage business (SDB), 8.5% and Women-Owned (WOB) 4.0%. The plan is not reqiured with this submittal. There will be two (2) indefinite 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 orderes, as required, with one delivery order to exceed $150,000.00. The contracts will includean 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 to availibility 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 peparation of recreaation appendices, feasibility reports, and construction contract documents (plans, designs analysis, control estimates and specifications), recreation planning (anaylses and feasibility studies), landscape architecture (revegetation, land rehabilitation, erosion control).Construction 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 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 requiredunder the contract. In Block 10 of SF 255 describe the firm's Design Quality Control Plan (DOCP), including Design Quality Plan (DOAP) 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 iin 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 be used as ''tie-breakers'' among technically equal firms. : a. Specialized experience in (1) recreation planning (anaylses and feasibility studies), (2) landscape architecture (revegetation, land rehabilitation, erosion control, and familiarity with use of plants native to the southwestern United States), and in (3) preparation of construction contract drawings. b. Knowledge of and experience in: (1) land use planning and landscape architecture. (2) Supporting knowledge of and experience in : (a) architecture, engineering, civil, structural, machanical and electrical, land use/recreation economics and ecology may be required on some projects. (c) geographic information systems and other automated cartographic services; (d) economic anaylses (National Economic Development criteria); (e)Intergragh or compatible CADD system and Automated Review Management System capability; (f) preparation of preliminary and final cost estimates using MCACES Gold in the appropriate breakdown structure;. c. Qualified personnal in the following key disciplines:(1) Landscape Architecture including Land Use Planning, and (2) the supporting disciplines: (a) architecture (b) engineering, (c) civil, (d) structural, (e) mecanical, (f) electrical. d. Past Performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance shedules. 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 the 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 negociation but are not selected for an award of the contract. The contract award shall be announced in the Commerce Business Daily. Consistent with the Department of Defense policy of effrcting 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 recieve consideration during selection and all other selection evaluation criteria being equal, also partcipation in a joint venture may become a determining factor for selection. Therefore, all offeror's submittals should specifically indentify 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 Questionaires for the prime and one (1) SF 254 for eachsubcontractor/consultant, by addressing a transmittal letters 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 sufficient to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice mus be recieved with 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 30b. Call the ACASS Center at (503) 326-3459 to obtain a number. No other general notification will be made of this work. Solicitaiton packager are not provided for A-E Contracts. Firms desiring consideration shall submitt appropriate data as described in numbered Note 24. (0312)

Loren Data Corp. http://www.ld.com (SYN# 0027 19951109\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page