|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607US 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# 0039 19960531\C-0017.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|