Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1996 PSA#1738

USAED, 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