Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347

CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO, CA 95814-2922

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR PRELIMINARY/FINAL DESIGNS AND ENGINEERING STUDIES FOR WATER RESOURCES PUBLIC WORKS PROJECTS AND ENVIRONMENTAL RESTORATION PROJECTS SPD SOL DACW05-99-R-0038 DUE 061499 POC Ken Parkinson Unit Leader, A-E Negotiations Unit (916) 557-7470 (Site Code DACA05) WEB: http://www.spk.usace.army.mil/cespk-ct, http://www.spk.usace.army.mil/cespk-ct. E-MAIL: gweber@spk.usace.army.mil, gweber@spk.usace.army.mil. 1. CONTRACT INFORMATION: A-E services are required to encompass all aspects of engineering and design for water resources public works projects and environmental restoration projects primarily in Northern and Central California, but may also be used within the Sacramento District's Civil Works area of responsibility (CA, NV, UT, CO, WY and other parts of OR and ID) within the South Pacific Division. The projects may be in the preauthorization phase or authorized by Congress to proceed to construction. Services may also be used to support the Corps of Engineers (COE) during flood emergencies. A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will be engineering analyses, reports, design memoranda, cost estimates or plans and specifications. Products provided by the contractor in electronic digital format to the Government must be compatible with Intergraph MicroStation format Version 5.07 without conversion or reformatting, and on the target platform specified herein. The target platform is a Pentium with a Windows NT Version 4.0 operating system. Advanced application software used in preparing drawings shall be delivered in Version 5.07 MicroStation electronic digital format. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the native Intergraph IRAS, Version 7, electronic digital format. Documents provided by the contractor to the Government must be compatible with WordPerfect 8 or MS Word95 on the target platform. Spreadsheet products provided by the contractor to the Government must be compatible with Quattro Pro 8 on the target platform. More than one firm may 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. Firm-fixed price indefinite delivery indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in September 1999. Each contract will be for a one-year period not-to-exceed $1,000,000 for the basic year and two one-year options not-to-exceed $1,000,000 each. Each task order will be for an amount not-to-exceed $1,000,000. The options may be exercised at the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted; any alteration in rate changes from one year to the next as negotiated into the contract will be negotiated as needed between the Government and the A-E. This announcement is open to all firms regardless of size. The SIC code is 8712. All interested Architect- Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, 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 52.5% for small business. It further states that out of that 52.5% to small business, 8.8% is for small disadvantaged business (subset to small business) and 3.0% is for small business/woman owned (subset to small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they 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 this contract may include preparation of preliminary or final engineering analyses, designs, cost estimates and plans and specifications, acquisition of topographic and hydrographic data, and development of GIS databases for erosion control measures on large rivers located in major drainage basins; environmental restoration projects which may include wetland development; and a wide variety of flood control facilities such as levees, channels, detention basins and dams. Task orders may also be issued for support to the Corps of Engineers during flood emergencies to evaluate flood damage, collect topographic data, identify and evaluate alternative restoration measures and prepare plans and specifications for repair of flood damage. Firms desiring consideration will be expected to be accomplished in engineering and planning and have a sound knowledge of Corps of Engineers and civilian engineering and design principles and procedures for flood control and environmental restoration projects. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. 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.Specialized experience and technical competence in the preparation of engineering analyses, designs, cost estimates, and plans and specifications for (1) a wide variety of flood control facilities including ancillary infrastructure and utility systems; (2) erosion control measures on large rivers; (3) environmental restoration measures which mitigate the adverse impacts of flood control or public works projects and (4) wetlands development. b.Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: Project manager, Project Engineer, Civil Engineer, mechanical Engineer, Electrical Engineer, Structural Engineer, Hydrologist, Geomorphologist, Hydraulic Engineer, Cost Estimator, CADD Operator, Topographic Survey Crew, Wetlands or Environmental Specialist/Designer. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Capacity to accomplish multiple simultaneous task orders at different locations. e. Knowledge of the locality of the project site including geological features, climatic conditions, and local laws and regulations. f. Volume of DoD contract awards in the last 12 months as described below. g. Location of the firm in the general geographical area of the Sacramento District Office. h. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or 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 the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. 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, 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 quality management plan and organization chart for the proposed team. A task specific 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 (4:30 pm) 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 on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See numbered Notes 24 and 26. Posted 05/13/99 (A-SN331446). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0028 19990517\C-0012.SOL)


C - Architect and Engineering Services - Construction Index Page