Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1996 PSA#1613

US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, 360 E. 2ND STREET ROOM 308, LOS ANGELES CA 90012

C -- ARCHITECT-ENGINEER (MECHANICAL AND ELECTRICAL AND ENGINEERING) SOL DACA09-96-R-0020 DUE 071096 POC A/E Contracting Branch, James W. Hogan, Jr., (213) 452-3244, Technical Information, Edward M. Takemori, P.E., (213) 452-3710 (Site Code DACW09) CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL 92-582) for Indentinite Delivery Contract (s) for a one-year period with emphasis on mechanical and electrical engineering for Military construction projects at Various locations within the Los Angeles District (Southern California, Southern Nevada and Arizona) (Block 1 of SF 255). 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 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 up to three (3) Indefinite Delivery Contracts for Architect-Engineer services. There may be delays not to exceed twelve months between the award of the primary and second or third contracts. Ordinarily, delivery orders will be placed first with the primary contract. However, a delivery order may be placed with the second or third contracts 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 unsatisfactorily on previous delivery order(s) under the awarded contract and/or significantly less work has been placed under the second and/or third contract. The general requirements (Appendix A) are similar for all contracts. Total cumulative amount not to exceed $750,000.00, with work and services performed on individual delivery orders, as required, with on 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 12 months (through Jul 97). Work is subject to availability of funds. Estimated construction cost is not applicable. The proposed contracts require the use of delivery of Federal Information Processing (FIP) resources. The agency has determined that FIRMR Part 201- 39 does not apply based on exception set forth in 201-39.101-3 (b) (3iii) 2. PROJECT INFORMATION: The work and services shall consist of project engineering reports and project design materials for rehabilitating or modifying existing facilities. Project design materials include preparation of concepts, preliminary and final design documents and supportive documentation. Contractor shall be required to use site investigation and/or engineering report data to develop concepts, preliminary and final design materials. Examples of mechanical and electrical engineering projects to be designed under this contract include the following: mechanical and electrical equipment installation in building systems, mechanical and electrical power transmission towers and support systems, roadways and street lighting and traffic control, airfield runaways and taxiways lighting and signage including apron area, waste water treatment plants (WWTP) mechanical power drive system including distributive piping and control system, water treatment systems, electrical lighting & power distribution for building systems, HVAC for building systems, POL facilities, fire fighting systems and piping including control systems. The firms selected for these contracts will be expected to submit a design quality control/design quality assurance plan and to adhere to the plan during the work and services under this cintract. Each delivery Order design process shall be supported by either GANTT type bar chart or/and CPM type network diagram and esign cost estimate. Contractor shall be required to acquire the necessary MCACES (US Army Corps of Engineers computer aided Military Constrction Cost Estimating System) and CADD (computer aided design and drafting) software(s) and training from its own commerical sources. The construction projects wll vary from $10,000 to $2 million. The firms selected for these contracts will be expected to submit a quility control/quality assurnce plan and to adhere to it duringthe 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). The plans must be prepared, and approved by the Government, as a condition of contract award, but are not required with this submission. 3. SELECTION INFORMATION: See Note 24 for general selection process. The seletion 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 mechanical and electrical engineering with supportive disciplines in architecture, civil and structural engineers. b. Specialized Experience and Technical Competence: (b-1) Specialized Experience in interior and exterior building lighting system design, interior and exterior building power distribution system design, roadway and street lighting system design, security monitoring and security lighting systems, airport runaways lighting and signalling systems, overhead and underground electrical power distribution system design, instrumentation and control systems for diesel electric power plant design, electrical substation design, HVAC for building systems, low pressure hot water boiler systems and associated piping and control systems, waste water treatment plants (WWTP) pumping systems, water distribution and storage system including deep well and booster pumping station design. (B-2) Technical Competence in prepartion of construction design package; design quality control/design quality assurance procedures; design schedule control procedures; and prior experience of prime with subcontractors on similar projects. 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 relative to Los Angeles District boundary. 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 shall be notified with a post card acknowledging recipt 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 were 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 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 Engineering 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, 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 Engineering 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 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. (0159)

Loren Data Corp. http://www.ld.com (SYN# 0020 19960610\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page