|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1996 PSA#1712US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711,
LOS ANGELES CA 90053-2325 C -- ARCHITECT-ENGINEER (CIVIL COASTAL ENGINEERING) SOL
DACW09-97-R-0003 DUE 120496 POC Contact: A-E Contracting Branch, James
W. Hogan, Jr. (213) 452-3244 or Sandy Oquita, (213) 452-3249,
Technical Information, Anthony J. Risko (213) 452-3833 (Site Code
DACW09) CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E
Act, PL 92- 582) for Indefinite Delivery Contract(s) for a one-year
period with Emphasis on Civil (Coastal) Engineering for Civil Works
Projects along the California Coastline (BLOCK 1 of SF 255). The
majority of the work and services will be for civil works projects.
However, there will be a smaller portion of the work and services for
military projects. 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 10% small disadvantaged businesses (SDB),
and 5% Woman-Owned Businesses (WOB). The plan is not required with this
submittal. There will be two (2) Indefinite Delivery Contracts for
Architect-Engineer services. The top ranked firm will be awarded the
first contract. There may be delays not to exceed twelve months between
the award of the first and second contracts. Ordinarily, task orders
will be placed first with the top ranked firm. However, a task order
may be placed with the next ranked firm for the second contract, if the
top ranked contractor does not have the capability to complete the task
order in the required time period, or the top ranked contractor has
performed unsatisfactorily on previous task order(s) under the awarded
contract and/or significantly less work has been placed under the
second contract. The general requirements (Appendix A) are similar for
both contracts. Total cumulative amount not to exceed $1,000,000.00.
The contracts will include the option for extension for second and
third years with each optional year amount not to exceed $1,000,000.00.
If contract amount for the base year period or preceding option year
periods has been exhausted or nearly exhausted the Government has the
option to exercise contract options before the expiration of the base
year period or preceding option year periods. The estimated contract
start date is February 1997 for a period of 12 months (through February
1998). Work is subject to availability of funds. Estimated construction
cost is not applicable. PROJECT INFORMATION: The work and services
shall consist of planning and formulating Reconnaissance and
Feasibility studies. Typical studies encompass navigation, shore and
hurricane protection, fish and wildlife habitat protection and
enhancement, and coastal flood plain management. The firm(s) 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 contract. Each task order design
process shall be supported by either GANTT type bar chart or/and CPM
type network diagram and design cost estimate. Contractor shall be
required to utilize the US Army Corps of Engineers Micro-Computer Aided
Cost Estimating System (MCACES) and Micro-Station compatible Computer
Aided Design and Drafting (CADD) software. The selected firm(s) will
have capacity to acquire oceanographic field data, such as side-scan
sonar bathymetry, beach profiles, magnetometer, sediment profile
images, sediment samples, etc. 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. 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: Personnel qualified in Civil (Coastal) Engineering with
specialized qualifications that include recent knowledge and experience
in (1) the ocean environment; (2) wave and current analyses; (3)
numerical modeling capabilities; (4) sediment transport analyses; (5)
quantity calculations; and, (6) engineering drawings; with, (7)
supporting personnel qualified in Marine Biology, Environmental
Engineering, Economics, and Geology. b. Specialized Experience and
Technical Competence in: (1) Coastal engineering; (2) Environmental
assessments and environmental impact statements (including experience
with NEPA requirements, habitat evaluation measures, and design of
mitigation measures); (3) Preparation of preliminary and final project
cost estimates; (4) Preparation of reconnaissance and feasibility
studies; and, (5) Plan formulation and economic analysis of
alternatives. 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 and other contracts
with respect to cost control, quality of work, and compliance with
performance schedules. e. Knowledge of the locality such a geological
features, climatic conditions, local material resources, and local
construction methods. f. Geographic proximity (physical location) of
the firm to the location of the project(s). 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 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 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. SUBMISSION
REQUIREMENTS: Interested Architect-Engineer 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 thirty
(30) calendar days from the date of issuance of this synopsis. If the
thirtieth (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 of the office that will perform the work 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. (0303) Loren Data Corp. http://www.ld.com (SYN# 0019 19961030\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|