Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607

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

C -- CONSTRUCTION MANAGEMENT SERVICES SOL DACA09-96-R-0023 DUE 070196 POC A/E Contracting Branch, James W. Hogan, Jr. or Diane Watkins (213) 452-3251, Technical Information, Edward A. Quijano (213) 452-3383 (Site Code DACW09) 1. CONTRACT INFORMATION: Construction Management (CM) Services for a period of one year with the option for four one year extensions in support of U.S. Army Engineer District, Los Angeles (Brooks A-E Act, PL 92-582) Military Construction Projects at Various Locations under jurisdiction of the High Desert Area Office and the Southern California Area Office (BLOCK 1 of SF 255). The construction projects will range in number from 1 to 10 for each fiscal year (FY) with approximate FY values from $80,000,000 to $100,000,000. 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 amount 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. This contract is to be negotiated as a firm fixed price contract. The estimated contract start date will be November 1996 for a period of 12 months, with the option for four one year extensions. Work is subject to availability of funds. Estimated construction cost is not applicable. 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 may consist of (a) Perform Biddability, Constructibility, Operability, Environmental (BCOE) reviews prior to advertisement of the contracts, (b) Review AE prepared submittal list for accuracy, (c) Assistance in the Preparation of Quality Assurance Plans (d) Providing Support for preconstruction conferences and mutual understanding meetings. (e) Review Contractor shop drawings and other submittals, and provide comments for the Resident Engineer, (f) Review the contractor's schedule, quality control plan, safety plan, environmental protection plan, and all similar plans required by the contract, (g) Participate in the three phased inspection program by attending preparatory meetings, and participating in initial and follow-up inspections, (h) Ensure that the prime contractor is providing safe and healthy working conditions for workers, (i) review Requests for Information (RFI), research for answers, and provide recommendations to the Resident Engineer, (j) Providing technical support during negotiation of contracts or contract modifications, (k) Prepare technical analysis of contractor's proposals and requests for audits, (l) Review Contractor's interim and final payment requests and recommend payment to the Resident Engineer, (m) Attend pre-final and final inspections, (n) Review contractor prepared ''as- built'' drawings for accuracy and completeness, (o) Prepare interim transfer documents (DD 1354), (p) Evaluate contractor claims, (q) Testify for the Government as an expert witness in defense of claims submitted by the contractor. 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 Quality Control Plan (QCP), including Quality Assurance Plan (QAP) of subcontractor(s). The report must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION: SSee 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 in architecture, civil, structural, mechanical and electrical engineering, with supporting disciplines in environmental, cost estimating and safety engineering. b. Specialized Experience and Technical Competence in Construction management and inspection of building construction, Contract administration and estimating, Design capability and BCOE reviews, Network analysis, budget, record keeping and shop drawings review, Quality assurance plan preparation and quality assurance testing, Safety experience (hazardous, toxic, radioactive waste management). c. Capacity to accomplish the work in the required time and the availability of an adequate number of personnel in key disciplines. d. Past performance on DoD contracts. e. Knowledge of the locality. f. Location of the firm in the general geographical areas. 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 12 months as described in Note 24. All firms that submit an SF 255 will 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, will also be notified with a post card. The firms which are considered by the Selection Board but are not ranked for negotiation will be notified with a post card. The firms which are ranked for negotiation but are not selected for an award will 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 firm will receive consideration during selection and all other selection evaluation criteria being equal, may become a determining factor for selection. Also, participation of SD firm participation in a joint venture may become a determining factor for selection. Therefore, all offerors' submittal 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. 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 to sufficiently 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 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. Solicitation packages are not provided for A/E contracts. Firms desiring consideration shall submit appropriate data as described in numbered Note 24. (0151)

Loren Data Corp. http://www.ld.com (SYN# 0038 19960531\C-0016.SOL)


C - Architect and Engineering Services - Construction Index Page