|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1996 PSA#1738USAED, SACRAMENTO, ATTN: A-E NEGOTIATIONS SECTION, 1325 J STREET ROOM
1079, SACRAMENTO CA 95814-2922 C -- INDEFINITE DELIVERY CONTRACT TO PERFORM GEOTECHNICAL
INVESTIGATIONS FOR MILITARY INSTALLATIONS AND CIVIL WORKS PROJECTS
WITHIN THE SACRAMENTO DISTRICT. SOL DACW05-97-R-0008 DUE 011197 POC Mr.
Ken Parkinson, Unit Leader, A-E Negotiations Unit (916)557-7470.
Contracting Officer Judith Grant. (Site Code DACA05) 1. CONTRACT
INFORMATION: A-E services may be required for military installations
within the Sacramento District s area of responsibility (CA, AZ, NV,
UT) and for civil works locations within the geographical area serviced
by the Sacramento District -CA, OR, NV, UT, AZ, WY, CO and Support for
Others locations within the U.S. A specific scope for work and
services required will be issued with each task order. The end result
of these studies/projects will be maps and plans, and in addition, the
contracto shall provide electronic data in and/or compatible with
vectorized Autocad (latest versions). This work will include all
architectural-engineering (A-E) and related services necessary to
complete the taskings. A firm-fixed price indefinite delivery,
indefinite quantity contract will be negotiated and is anticipated to
be awarded in May 1997. The contract will be for a one year period
not-to-exceed $1,000,000 for the bse year and two one-year options
not-to-exceed $1,000,000 each. The option may be exercised at the
discretion of the Government. Task Orders will be limited to the
contract maximum. This announcement is open to all firms regardless of
size. All interested rchitect-Engineers are reminded that in
accordance with the provisions of PL 95-507, they will be expected to
place subcontracts to the maximum practicable extent consistent with
the efficient performance of the contract with small and small
disadvantaged businesses. If a large business is selected, it must
comply with FAR 52- 219.9 regarding the requirement for a
subcontracting plan on that part of the work t plans to subcontract.
The following subcontracting goals are the minimal acceptable goals to
be included in the subcontracting plan. Of the subcontracted work, 55%
to small business, 8.5% to small disadvantaged business (subset of
small business), and 3.% to woman-owned small businesses (subset of
small business). The firm selected for this contract will be required
to submit a detailed subcontracting plan at a later date. If the
selected firm submits a plan with lesser goals, it must submit written
rationale of why the above goals were not met. A detailed plan is not
required to be submitted with the SF 255; however, the plans to do so
should be specifed in Block 10 of the SF 255. 2. PROJECT INFORMATION:
Task orders to be issued under this contract will use ASTM standards
for soil classifications and Department of the Army criteria for
geotechnical description of rock and rock masses. Work may include a
foundation exploration, inspection and interpretation; b) rock, soil or
material sampling; c) geologic mapping of existing surface conditions
and/or exposed foundation conditions; d) seismo-tectonic analyses
(fault activity and liquifaction studies) with emphasis on Quaternary
geology for structures and facilities; e) photogeologic interpretation
and imagery analysis; f) hydrogeologic inestigatins and interpretation
which may include monitoring wells and production water wells; g)
geotechnical engineering for dams, levees, and structures; h)
geophysical explorations and interpretation; i) preparation of reports
of finding, conclusions and recommedations; and j) preparation of
maps, plates and drawings using CADD systems compatible with Autodesk
or Intergraph formats. Firms should indicate personnel and
subcontractors selected to work on the contract, and state their areas
of responsibility and relationships with the proposed management
structure. Firms should also indicate all applicable subcontractors
selected to work on the contract. 3. SELECTION CITERIA: See Note 24 for
general selection process. The selection criteria are listed below in
descending order of importance. Criteria a through d are primary.
Criteria e through g are secondary and will only be used as
tie-breakers among technically equalfirms. a. Specialized experience
and technical competence and complexity in (1) geotechnical jobs
performed in each of the categories listed in project information
section above. b. Past performance on DOD and other contracts with
respect to cost control, quality of work and compliance with
performance schedules. c. Qualified professional personnel which are
certified, registered and highly trained as: gelogists,
hydrogeologists, seismologists, geotechnical engineers, civil
engineers, CADD technicians and draftsmen. The evaluation will consider
education, training, registration, overall relevant experience and
longevity with the firm. d. Capacity to accompish multiple simultaneous
task orders at different locations. e. Volume of DoD contract awards in
the last 12 months as described below. f. Location of the firm in the
general geographical area of the Sacramento District s area of
responsibility. g. Extent of participation of small business, small
disadvantaged business, woman owned small business, historically black
colleges and universities or minoriy institutions in the proposed
contract team, measured as a percentage of the total estimated effort.
4. SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested Architect-Engineer firms having the
capabilities to perform this wrk are invited to submit ONE (1)
completed SF 255 (11/92 edition) US Government Architect-Engineer and
Related Services Questionnaire for Specific Project for themselves and
ONE (1) completed of SF 254 (11/92 edition) for themselves and one for
each of their subcontractors to the office shown above, ATTN: A-E
Negotiations Unit. In block 7 of the SF 255 provide resumes for all key
team members, whether with te prime firm or a subcontractor; list
specific project experience for key team members; and indicate the team
members role on each listed project (project manager, architect, design
engineer, etc.) In block 9 of the SF 255, responding firms must
indicate te number and amount of fees awarded on DoD (Army, Navy, and
Air Force) contracts during the 12 months prior to this notice,
including change orders and supplemental agreements for the submitting
office only. In block 10 of the SF 255, provide the quality management
plan and organization chart for the proposed team. A task specific
quality control plan must be prepared and approved by the government
asa condition of contract award, but is not required with this
submission. Responses received by the close of business (4:30 pm) on
the closing date will be considered for selection. If the closing date
is a Saturday, Sunday or Federal Holiday, the deadline s the close of
business on the next business day. No other notification will be made
and no further action is required. Solicitation packages are not
provided for A-E contracts. This is not a request for proposals. All
responsible sources may submit the required SF 255 and SF 254 which
shall be considered by the agency. See Numbered Notes 24 and 26.
(0341) Loren Data Corp. http://www.ld.com (SYN# 0025 19961210\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|