|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1997 PSA#1766USAED, SACRAMENTO, ATTN: A-E NEGOTIATIONS SECTION, 1325 J STREET ROOM
1079, SACRAMENTO CA 95814-2922 C -- INDEFINITE DELIVERY CONTRACT FOR PLANNING STUDIES FOR CIVIL WORKS
WITHIN THE SACRAMENTO DISTRICT. SOL DACW05-97-R-0027 DUE 022197 POC Mr.
Ken Parkinson, Unit Leader, A-E Negotiations/Support Unit
(916)557-7470. Contracting Officer Judith Grant. (Site Code DACA05) 1.
CONTRACT INFORMATION: A-E services are required for producing Federal
decision documents, including general investigation studies, both
reconnaissance and feasibility, Section 205 studies (small flood
control projects) and Section 1135 studies (environmental restoration).
The primary area of service for this solicitation is the Sacramento
District s civil works area of responsibility (parts of CA, AZ, NV, UT,
WY, CO, ID and OR). Services may include problem identification, plan
formulation, design and cost estimates for planning studies, and report
preparation. A specific scope for work and services required will be
issued with each task order. The end result of these studies/projects
will be reports using compatible word processor software, and in
addition, the contractor may be required to provide electronic data in
and/or compatible with Autocad (latest version). This work will
include all architectural-engineering (A- E) and related services
necessary to complete the taskings. More than one firmmay be selected.
If more than one contract is awarded as a result of this announcement
for the same or similar work, selection for task order awards will be
made as follows: 1) All awardees will be given a fair opportunity to
be considered for each task order award in excess of $2,500. 2) In
making selection of the awardee to receive a specific task order, the
Contracting Officer will consider past performance of previous task
orders, quality of previous task orders, timeliness of previous task
orders, cost control, the firm s strengths and previous experience in
relation to the work requirements and geographic location described in
the scope of work for each task order. Details of the selection
process will be included in the resultant contracts, Section 00800,
SAACONS 52.0216-4821, Task Order Selection Criteria and Procedures (Oct
1995). Firm-fixed-price indefinite delivery, indefinite quantity
contracts will be negotiated and the first is anticipated to be awarded
in April 1997. Each contract will be for a one- year period
not-to-exceed $1,000,000 for the basic year and two one-year option
periods not to exceed $1,000,000. The option may be exercised at the
discretion of the Government. Task Orders shall not exceed the annual
contract amount. This contract is open to all businesses regardless of
size. All interested Architect-Engineers are reminded that in
accordance with the provisions of PL 95-507, they will be expected to
place subcontractors to the maximum practicable extent consistent with
the efficient performance of the contract with small and small
disadvantaged firms. If a large business is selected for this contract,
it must comply with FAR 52.219-9 regarding the requirement for a
subcontracting plan on that part of the work it plans to subcontract.
The recommended goal for the work intended to be subcontracted is 55%
for small business. It further states that out of that 55%, 8.5% is for
small disadvantaged business and 3.0% is for small business/woman
owned. The firm selected for this contract will be required to submit
a detailed subcontracting plan at a later date. If the selected firm
submits a plan with lesser goals, it must submit written rationale of
why the above goals were not met. A detailed plan is not required to be
submitted with the SF 255; however, the plans to do so should be
specified in Block 10 of the SF 255. 2. PROJECT INFORMATION: Task
orders to be issued under these contracts may include; 1)
Identification of the water and related land resource problems and
opportunities (relevant to the planning setting) associated with the
Federal objective and specific State and local concerns. This includes,
but is not limited to, expertise in hydrologic and hydraulic studies,
environmental restoration studies, flood plain development, economic
inventories, land use evaluations, preparing National Environment
Policy Act documents, risk-based analyses, geotechnical evaluations,
surveys and topographic mapping, real estate studies, design of water
resource projects, and cost estimating; 2) Inventory, forecast and
analysis of water and related land resources conditions including
environmental baseline conditions within the study area relevant to
identified problems and opportunities; 3) Formulation of alternative
plans (structural and nonstructural) and environmental restoration and
mitigation plans for resolution of identified problems; 4) Evaluation
and comparison of the effects of the alternative plans including
environmental impacts and mitigation; 5) Development of appropriate
design and cost estimates for planning studies. The estimate will be
prepared using Corps of Engineers Computer Aided Cost Estimating System
(M-CACES) (software provided by Government) or similar software; 6)
Selection of a recommended plan based upon the comparison of
alternative plans; and 7) Preparation of the project document including
environmental documentation. 3. SELECTION CRITERIA: 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 "d" are primary. Criteria "e"
through "g" are secondary and will only be used as tie- breakers
between technically equal firms. a. Specialized experience and
technical competence of the firm and consultants in: 1) General
investigation studies, Section 205 studies, and Section 1135 studies.
2) Knowledge of all applicable laws, regulations policy guidance and
publications published by the Department of Defense and Congress that
are pertinent to civil works projects. (3) Use of automated software
described above. (4) Experience producing quality planning studies
based on an evaluation of a firm's Quality Management Plan (QMP). The
QMP should include an organization chart and briefly address management
approach, team organization, quality control procedures, cost control,
value engineering, coordination of in-house disciplines and
subcontractors, and prior experience of the prime firm and any
significant consultants on similar projects. b. Past performance on DoD
and other contracts with respect to quality of work, cost control, and
compliance with performance schedules. c. Qualified professional
personnel in the following key disciplines: project management,
planning, economics, real estate, environmental planning, cost
estimating and report presentation; registered professionals in the
following disciplines: hydrology, hydraulics, surveying, geotechnical,
design and architecture. The evaluation will consider education,
training, registration, overall and relevant experience, and longevity
with the firm. d. Capacity to accomplish multiple simultaneous task
orders at different locations. e. Volume of DoD contract awards in the
last 12 months as described below. f. Location of the firm in the
general geographical area of the Sacramento District s area of
responsibility. g. Extent of participation of small businesses, small
disadvantaged businesses, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS:
See Note 24 for general submission requirements. Interested Architect-
Engineer firms having capabilities to perform this work are invited to
submit one completed SF 255 (11/92 edition) US Government Architect-
Engineer and Related Services Questionnaire for Specific Project for
themselves and one completed SF 254 (11/92 edition) for themselves and
one for each of their subcontractors to the office shown above. In
block 4 of the SF 255, list only the personnel for the office indicated
to perform the work in block 3b. In block 7 of the SF 255: provide
resumes for all key team members, whether with the prime firm or a
subcontractor; list specific project experience for key team members;
and indicate the team members role on each listed project (i.e. project
manager, architect, design engineer, etc). In block 9 of the SF 255,
responding firms must indicate the number and amount of fees awarded on
DoD (Army, Navy and Air Force) contracts during the 12 months prior to
this notice, including change orders and supplemental agreements for
the submitting office only. In block 10 of the SF 255, provide the QMP
and organization chart for the proposed team. A project specific
design quality control plan must be prepared and approved by the
government as a condition of contract award, but is not required with
this submission. Responses received by the close of business (4:30pm)
on the closing date will be considered for selection. If the closing
date is a Saturday, Sunday or Federal holiday, the deadline is the
close of business of the next business day. No other notification to
firms under consideration for this project will be made and no further
action is required. Solicitation packages are not provided for A-E
contracts. This is not a request for proposal. All responsible sources
may submit the required SF 254 and SF 255 which shall be considered by
the agency. Numbered Note 24 and Note 26. (0017) Loren Data Corp. http://www.ld.com (SYN# 0019 19970122\C-0014.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|