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