Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 2,1995 PSA#1294

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

C -- DESIGN MEMORANDUM AND PLANS AND SPECIFICATIONS FOR RIO HONDO/LOS ANGELES RIVER FROM WHITTIER NARROWS DAM TO WILLOW STREET SOL DACW09-95-R-0022 POC A-E Nego, James Hogan (213) 894-5490, Tech Info, Howard Thio, (213) 894-3377. CONTRACT INFORMATION: Architect-Engineer Services are required to prepare Design Memorandum(s) and Design Documents for modifications including bridges to all or part of the Los Angeles River from Willow Street to the Rio Hondo confluence and the Rio Hondo upstream to Whitter Narrows Dam, Los Angeles County, California. (BLOCK 1 of SF 255). This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it 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 40% of the contractor's intended subcontract amount be placed with small business (SB), including small disadvantaged businesses (SDB), and 8% be placed with SDB. The plan is not required with this submittal. The contract will be for five (5) years. This will be a Firm Fixed Price Contract. The anticipated start date will be July 1995. Future work is subject to availability of funds. 2. PROJECT INFORMATION: The work and services shall consist of preliminary and final design documents, consisting of design analysis, design memorandum(s), drawings, cost estimates, and specifications. The work and services are provided with the goal of producing Design Memorandum(s) in accordance with the requirements of Department of Army regulation titled, ''Engineering and Design for Civil Works Projects.'' Upon completion of the Design Memorandum(s), additional work and services shall consists of preliminary and final design documents, consisting of design analyses, contract drawings, control cost estimates, and specifications. Specialized qualifications include recent experience in preparation of design documents for flood control channels, levees, and bridges and in preparation of contract drawings, specifications, and construction documents for flood control channels and levees. The principal fields of professional expertise required will be civil and structual engineers. All drawings shall be prepared using computer aided design and drafting (CADD) techniques, preferably MicroStation, Version 5. The firm selected for this contract will be expected to submit a design quality assurance plan and to adhere to it during the design of the individual project features during the duration of the contract. 3. SELECTION INFORMATION: See Note 24 for general selection process. The selection criteria in descending order of importance are: a. Specialized experience and technical competence in Civil Engineering to accomplish the following: prepare design reports, contract drawings and specifications, and cost estimates for flood control projects. b. Qualified professional personnel in the following disciplines: Civil Engineering, Structual Engineering, Cost Estimating, and Specification Writing. c. Capacity to accomplish the work in the required time. d. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Geographic location and knowledge of locality of project as described in Note 24. 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 respose. The firms which are not recommended by the Pre-Selection Board to the Selection Board for further consideration, shall also be notifed 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 Defence policy of effecting an equitable distribution of contracts among qualified Engineering firms including small, disadvantaged-owned firms and that have not had prior DOD contracts (see Note 24.), qualified small disadvantaged firm participation in a joint venture may become a determining factor for selection. Therefore, all 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 Disadvantage Business Concerns to participate in Government contract. Information provided by calling the office shown. 4. SUBMISSION REQUIREMENTS: Interested engineering firms having thek capailities for this work are invited to subimt one completed standard form (SF) 254 and 255, revised editions dated November 1992, Architect-Engineer and Related Services Questionnaires for the prime and on SF 254 for each subcontractor/consultant, by addressing a transmittal letter to the office shown below. 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 must be received within 30 calendar days from the date of issuance of this synopsis. If the 30th day is weekend day or a Fedaral 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. (0059)

Loren Data Corp. http://www.ld.com (SYN# 0017 19950301\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page