Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1997 PSA#1766

USAED, 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