Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1996 PSA#1712

US 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