Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1996 PSA#1600

US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711, LOS ANGELES CA 90053-2325

C -- A/E SERVICES FOR INDEFINITE DELIVERY CONTRACT WITH EMPHASIS ON SURVEY AND MAPPING FOR CIVIL WORKS PROJECTS AT VARIOUS LOCATIONS IN LOS ANGELES DISTRICT (ARIZONA AND NEVADA) SOL DACW09-96-R-0026 DUE 062396 POC A/E Contracting Branch, James W. Hogan, Jr. or Cindy Myrtetus (213) 452-3244, Technical Information, Harvey Beverly (818) 401-4010 (Site Code DACW09) 1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL 92-582) for Indefinite Delivery Contract with Emphasis on Survey and Mapping for a one-year period for Civil Works Projects at Various Locations in the Los Angeles District (Arizona and Nevada) (BLOCK 1 of SF 255). The majority of the work and services will be for Civil Works Projects. Military Projects will constitute a smaller portion of the work and services. This announcement is open to all businesses regardless of size. SIC Code is 8713. 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 amount to be placed with Small Businesses (SB), including Small Disadvantaged Businesses (SDB), 10% and Woman-Owned (WOB) 4.0%. 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 additional amount not to exceed $750,000.00. The estimated contract start date is Sep 96 for a period of 12 months (through Sep 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 combinations and/or various phases of aerial mapping and field surveying, such as map compilation, analytical bridging, flying, surveying, precise leveling, or boundary surveying. The firm selected for this contract 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), inlcuding 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. Also in Block 10 of the SF 255, describe owned or leased equipment that will be used to perform this contract. 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 ''e'' are primary. Criteria ''f'' through ''h'' are secondary and will only be used as ''tie-breakers'' among technically equal firms. a. Professional Qualifications: party chiefs, instrumentmen, survey computer technician, and photogrammetrists; and supporting disciplines in pilots, cameramen, laboratory technicians, photolaboratory technicians. b. Specialized Experience and Technical Competence in: recent experience in survey and mapping projects c. Capacity to accomplish the work in the required time and the availability of an adequate number of personnel in survey and mapping disciplines. d. Past performance on DoD contracts. e. Knowledge of the locality. f. Location of the firm in relation to the project area. g. 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. h. 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 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 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 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(0141)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960521\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page