|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1996 PSA#1561US Army Corps of Engineers, Los Angeles District, P.O. Box 2711, Los
Angeles, CA 90053-2325 C -- MECHANICAL/ELECTRICAL ENGINEERING FOR MILITARY OPERATIONS AND
MAINTENANCE PROJECTS AT FORT IRWIN, CALIFORNIA SOL DACA09-96-R-0012 POC
A-E Contracting Branch, James W. Hogan, Jr. or Olga Lozano (213)
894-5490, Technical Information, Henry Nwe (619) 380-5050. 1. CONTRACT
INFORMATON: Architect-Engineer Services (Brooks A-E Act, PL 92-582)
for Indefinite Delivery Contract with Emphasis on Mechanical/Electrical
Engineering for a one year period for Military Operations and
Maintenance Projects at Fort Irwin, 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, they 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 60% of the contractor's
intended subcontract amounts to be placed with Small Businesses (SB),
including 10% Small Disadvantaged Businesses (SDB), and 4.0% Woman
Owned (WOB). The plan is not required with this submittal. There will
be one (1) Indefinite Delivery contract awarded, Appendix A will be the
general requirements for Architect-Engineer services under the awarded
contract. Total cumulative amount not to exceed $750,000.00, with work
and services performed on individual delivery orders, as required, with
no one delivery order to exceed $150,000.00. The contract will include
an option for extension for a second year with an additonal amount not
to exceed $750,000.00. The estimated contract start date is Aug 96 for
a period of 12 months (through Aug 97). Work is subject to
availability 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
FIRMR 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 mechanical/electrical engineering, feasibility and
concept studies and project design material (contract drawings, design
analyses, control cost estimates and specifications) for renovations,
rehabilitation and extension. 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 required under the
contract. In Block 10 of the SF 255 describe the firm's Design Quality
Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of
subcontractor(s) work. The plan 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 in
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. Professional Qualifications,
specialized experience and technical competence in: (1) the following
key discipline: mechanical/electrical with supporting disciplines in
civil, structural, geotechnical engineering and architecture, (2)
recent experience in design of new construction, operation/maintenance,
and repair with projects and design development in accordance with
national codes. b. Capacity to accomplish the work in the required time
and the availibility of an adequate number of personnel in key
discipline. The evaluation will consider the experience of the firm and
any consultants in similar size projects. c. Past Performance on DoD
contracts. d. Knowledge of the locality. e. Location of the firm in
relation to Fort Irwin, California. 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
twelve (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 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 Defense policy of
effecting 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 firms will receive consideration during selection
and all other selection evaluation criteria being equal, also
participation in a joint venture may become a determining factor for
selection. Therefore, all offerors' 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
Disadvantaged 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 Forms (SF) 254
and 255, revised editions dated November 1992, Architect-Engineer and
Related Services Questionnaires for the prime and one (1) SF 254 for
each subcontractor/consultant, by addressing a transmittal letter to
the office shown. Lengthy Cover letters and generic corporation
brochures, or other presentations (such as binding of SF 254 and 255)
beyond those sufficient to present a complete and effective response
are not desired. Phone calls and personal visits are discouraged.
Response to this notice must be recieved within 30 calendar days form
the date of issuance of this synopsis. If the 30th day is a weekend or
a Federal 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. Soliciation packages are not provided for
A-E contracts. Firms desiring consideration shall submit appropriate
data as described in numbered Note 24. (0086) Loren Data Corp. http://www.ld.com (SYN# 0023 19960327\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|