Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1996 PSA#1576

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

C -- ARCHITECT-ENGINEER SERVICES FOR MILITARY OPERATIONS AND MAINTENANCE PROJECTS AT FORT HUACHUCHA, ARIZONA SOL DACA09-96-R-0015 POC A-E Contracting Branch, James W. Hogan, Jr.(213)894-5490, Technical Information, Rob Lewis (520)328-3742. 1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL95-582) for Indefinite Delivery Contract(s) for a one-year period for Military Operations and Maintenance Projects at Fort Huachuca, Arizona (BLOCK 1 of SF 255). SIC Code is 8711, Engineering Services, $2.5 M average annual gross revenue for the last three (3) fiscal years. 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 amount to be placed with Small Business (SB), including Small Disadvantaged Businesses (SDB), 10% and Woman-Owned (WOB) 4.0%. The plan is not required with this submittal. There will be two (2) Indefinite Delivery Contracts for Architect-Engineer services. There may be delays not to exceed twelve (12) months between the award of the primary and second contract. Ordinarily, delivery orders will be placed first with the primary contract. However, a delivery order may be placed with the second contract if the primary contractor does not have the capability to complete the delivery order in the required time period, or the primary contractor has performed unsatisfactory on previous delivery orders under the awarded contract and/or significantly less work has been placed under the second contract. The general requirements (Appendix A) are similar for both contracts. 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 contracts will include an option for extension for a second year with an additional amount not to exceed $750,000.00. The estimated contract start date is Jul 96 for a period of twelve (12) months (through Jul 97). Work is subject to availability of funds. Estimated construction cost is not applicable. The proposed contracts requires 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 consists of designs, feasibility studies, surveys and deficiency analysis. Firms should also have design experience in military family housing renovation. Project construction value will range from $10,000 to $2 million. The firm 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 the 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) civil/sanitary, architecture, structural, mechanical and electrical engineering, with supporting disciplines in environmental, telecommunications and security systems, fire protection services, and water and energy conservation services, (2) rehabilitation/renovation of buildings, facilities, and utility systems on Army and Air Force installations. b. Capacity to accomplish the work in the required time and the avalibility of an adequate number of personnel in key disciplines. c. Past Performance on DoD contracts. d. Knowledge of the locality. e. Location of the firm in relation to Fort Huachuca. 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 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 that have not 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 appropiate portions of the SF 255 all proposed disadvantaged firms 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 Form (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 received within thirty (30) calendar days from the date of issuance of this synopsis. If the 30th day is a weekend day or Federal holiday, the deadline is the close of business 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. (0107)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960417\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page