|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1995 PSA#1442US Army, Sacramento District, Corps of Engineers, 1325 J Street,
Sacramento, California 95814-2922 C -- POTENTIAL FIXED PRICE CONTRACT FOR DESIGN/ADAL OF VARIOUS PAVING,
GRADING, DRAINAGE AND EXTERIOR UTILITIES IN SUPPORT OF THE SACRAMENTO
DISTRICT PROGRAM SOL DACA05-96-R-0001 DUE 103195 POC Contact: Mr.
Richard Dabrowiak, Chief, A-E Negotiations Section (916)
557-7470/Contracting Officer: Judith E. Grant 1. SERVICES REQUIRED:
Work and services may consist of the design for various engineering
type projects including paving, grading, roads, utilities (stormdrains,
water lines, sewer lines, gas lines, electric lines) in support of the
Sacramento District's assigned military design program in various
fiscal years. The projects will generally be in the states of CA, AZ,
NV and UT. This will be the only announcement for the design of various
paving, grading, drainage and exterior utilities projects for the
Sacramento District during the next 12 months, unless a project is
identified during that time period which has significantly different
features from what is described below. A-E contracts will be awarded
for a 12 month period after selection approval. A separate
firm-fixed-price contract will be negotiated and awarded for each
project. A list of at least three firms will be selected. When a design
authorization for the first project of this type is received,
negotiations will begin with the top ranked firm. When an authorization
is received for a subsequent project, or if negotiations with a firm
for a project are unsuccessful, negotiations will begin with the next
ranked firm that has not been offered a contract for negotiation. If
the list of ranked firms is exhausted, the negotiation cycle will begin
again with the top ranked firm. None of the projects have been
authorized for design and funds are not presently available for any
contracts. This announcement is open to all businesses regardless of
size. All interested Architect-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 firms. If a large business is selected for this project,
it must comply with the FAR 52.219-9 clause regarding the requirement
for a subcontracting plan on that part of the work i intends to
subcontract. The recommended goals for subcontracting are 60.3% for
small business. It further states that out of that 60.3%, 9.8% is for
small disadvantaged business and 2.9% is for small business/woman
owned. A firm that submits a plan with lesser goals must submit written
rationale to support goals submitted. The detailed plan is not required
to be submitted with SF 255; however, the plans to do so should be
specified with the appropriate portion of the SF 255 submitted. This
work will include all architectural/engineering and related services
necessary to complete the design, and related services during
construction for these projects. 2. PROJECT INFORMATION: This contract
may include the design of paving, grading and drainage projects to
include roads, hardstands, paving, curbing, gutters, sidewalks,
landscaping, sprinkler systems, traffic control systems, drainage
systems, lighting, signage and environmental permitting; utilities may
include electrical distribution with substations, transformers and
switchgear; water supply and distribution systems, sanitary sewer
systems, and gas systems to include new and existing distribution
systems, identification of deficiencies and recommended corrective
actions. Work and services may include field survey of lines and
equipment, testing and measurement, various studies and computer
analyses. If demolition of existing facilities is required, it may
necessitate an asbestos study with documents developed for its removal.
A charrette process for data gathering may be utilized. These projects
may be designed using the metric system of measurement and responding
firms should indicate relevant experience in Block 8. The estimated
construction costs per project range from $1,000,000 to $10,000,000. 3.
SELECTION CRITERIA: 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-d
are primary. Criteria e-g are secondary and will only be used as
''tie-breakers'' among technically equal firms. a. Specialized
experience and technical competence in (1) Experience in the design of
upgrade to all types of civil engineering projects defined above. (2)
Responding firms must indicate computer capability for CADD services
and for accessing an electronic bulletin board and Sacramento
District's Automated Rview Management System (ARMS). The end result of
this design shall be drawings, and in addition, the contractor shall
provide electronic data in and/or compatible with vectorized Autocad
format (latest version). (b) Qualified professional personnel in the
following key disciplines: project management; civil, mechanical,
electrical engineering; landscape architecture; environmental
engineering; certified industrial hygienist. (c) Past performance on
DoD and other contracts with respect to cost control, quality of work,
and compliance with performance schedules. (d) Capability of the firm
to accomplish work in the required time frame including professional
qualifications of firm's staff and consultants to be assigned to the
projects which are necessary for satisfactory performance in the
required services. (1) The breadth and size of a firm will be
considered to match the complexity/simplicity of the proposed project.
(e) Volume of DoD contract awards in the last 12 months. (f)
Geographic proximity to the Sacramento District boundaries. (g)
Participation of small businesses and small disadvantaged businesses,
historically black colleges and universities and minority institutions
measured as a percentage of the estimated effort. 4. SUBMITTAL
REQUIREMENTS: Architect-Engineer firms having capabilities to perform
this work are invited to submit one completed Standard Form 255, US
Government Architect-Engineer and Related Services Questionnaire for
Specific Project, and one completed SF 254 for themselves and all their
subcontractors to the office shown above. In Block 7 of the SF 255,
provide resumes for all key team members, whether with the prime firm
or subcontractor. In Block 9 of the SF 255, responding firms must
indicate the number and amount of DoD (Army, Navy, Air Force) contracts
awarded in the 12 months prior to this notice, including change orders
and supplemental agreements. In Block 10 of the SF 255, describe the
firm's quality control plan including coordination of subcontractors.
Responses received by the close of business on the closing date will be
considered for selection. If the closing date is a Saturday, Sunday or
Federal holiday, the deadline is the close of next business day. No
other notification to firms under consideration for this project will
be made and no further action is required. All responsible sources may
submit the required SF 254 and 255 whih shall be considered by the
agency. Solicitation packages are not provided for A-E contracts. This
is not a request for proposal. Numbered Note 24. (0270) Loren Data Corp. http://www.ld.com (SYN# 0011 19950928\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|