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