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