Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1997 PSA#1792

US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 532711, LOS ANGELES CA 90053-2325

C -- LANDSCAPE ARCHITECTURE AND RECREATION PLANNING FOR CIVIL WORKS PROJECTS SOL DACW09-97-R-0021 DUE 031597 POC A-E Contracting Branch James W. Hogan Jr (213) 452-3244 or Contract Specialist Collen Trickey, (213) 452-3246, Technical Information, Michael Evasovic (213) 452-3872 (Site Code DACW09) 1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL 92-582) for Landscape Architecture and Recreation Planning for Civil Works Project in Arizona and Nevada (BLOCK 1 of SF 255). The majority of the work and services will be for civil works projects. However, there may 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 it must comply with FAR 52.219-9, regarding the requirements for a subcontracting plan on that part of the work it plans to subcontract. The subcontracting goals for the contract are that a minimum of 60% of the contractor's intended subcontract amount will be placed with small businesses (SB), including small disadvantaged businesses (SDB), 10%, and woman-owned businesses (WOB) 5.0%. The plan is not required with this submittal. There will be two (2) indefinite delivery order contracts for Architect-Engineer services. The first choice firm will be awarded the first contract. There will be a delay, not to exceed twelve months, between the award of the first and second contracts. The General Requirements (Appendix A) are similar for both contracts. The total cumulative is not to exceed $1,000,000.00. The Contract will include the option for extension for second and third years, with each optional year amount not to exceed $1,000,000.00. The government has the option of exercising contract options before the expiration of the base year period or preceding option year periods, if the contract amount for the base year period or preceding option year periods has been exhausted or nearly exhausted. The estimated contract start date is May 1997 for a period of 12 months (through April 1998). Work is subject to the availability of funds. Estimated construction cost is not applicable. 2. PROJECT INFORMATION: The work and services will primarily consist of recreation appendices, feasibility reports, design, memorandums, master plans, and construction documents for erosion and sediment control, esthetics treatment, recreation facilities, and land and native habitat reclamation/restoration, for proposed civil works projects. Construction estimates will be performed using MCACES in the appropriate breakdown structure. The contractor will be required to acquire the necessary software and training from the vendor. The firm selected for this contract will be expected to submit a quality control/quality assurance plan and to adhere to it during the 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 a subcontractor (s) work. The report must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION: See Note 24 general selection process. The significant evaluation factors in order of relative importance are listed in FAR part 36. The selection criteria are listed below in the descending order of importance first by major criterion and then by each subcriterion. Criteria A through D is primary. Criteria E through G is secondary and will be used a "tiebreaker" among technically equal firms. A. Professional Qualifications: (1) Landscape Architecture, Land use and Recreation Planning, Economics of Recreation Facilities and Land use Cost Estimating, CADD Systems. (2) Supporting knowledge of and experience in: (a) architecture, engineering, civil, structural, mechanical, electrical, and ecology. B. Specialized Experience and Technical Competence in: (1) Recreation planning (analyses and recreation appendices, feasibility reports), (2) landscape architecture (revegetation, land rehabilitation, erosion and sediment control, and familiarity with use of plants native to the area and in preparation of planning/construction documents, and native habitat reclamation/restoration (3) geographic information systems and other automated cartographic services, (4) economic analyses (National Economic Development criteria), (5) Intergraph or compatible CADD system and Automated Review Management System capability;(6) preparation of preliminary and final cost estimates using MCACES Gold in the appropriate breakdown structure. 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 as geological features, climatic conditions, local material resources and local construction methods. F. Geographic proximity (physical location) of the firm to the location of the projects(s). G. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as aa 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 a SF 255 will 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 will also be notified with a post card. The firms which are considered by the Selection Board, but are not ranked for negotiation will be notified with a post card. The contract award will be announced in the Commerce Business Daily. Consistent with the Department of Defense policy of affecting an equitable distribution of contracts among qualified Architect Engineer 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 criteria evaluations being equal, small disadvantaged firm status or small disadvantaged 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 (BDCs) to provide assistance to Small Disadvantaged Business Concerns to participate in Government contracts. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having capabilities for this work are invited to submit one (1) set of completed Standard Form (SF) 254 and 255, revised editions dated Nov 92, Architect-Engineer and Related Services Questionnaires for the prime and one (1) set SF 254 only 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 is 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 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. Firm desiring consideration shall submit appropriate data as in numbered note 24.****~ (0057)

Loren Data Corp. http://www.ld.com (SYN# 0041 19970228\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page