Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1999 PSA#2396

US Army Corps of Engineers, CESPL-CT, P.O. Box 532711, Los Angeles, CA 90053-2325

C -- LANDSCAPE ARCHITECTURE FOR CIVIL WORKS PROJECTS IN CALIFORNIA SOL DACW09-99-R-0020 POC Contact: A/E Contracting Branch, Patricia Bonilla (213) 452-3255 or Cindy Myrtetus (213) 452-3247, Technical Information, Mike Evasovic (213) 452-3872 CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL 92-582) for Indefinite Delivery Contract for a one-year period for Landscape Architecture, Ecosystem Restoration and Recreation Planning for Civil Works Projects in Southern California for the Los Angeles District Army Corps of Engineers (BLOCK 1 of SF 255). The majority of 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 solicitation is 100% set-aside for Small Business, only Small Businesses will be considered for award, Standard Industrial classification code (SIC) 8711, size standard $4.0 million. There will be two (2) Indefinite Delivery Contracts for Architect-Engineer (A-E) services. The top ranked firm will be awarded the first contract. There may be delays, not to exceed twelve months, between the award of the first and second contracts. Ordinarily, task orders will be placed with the top ranked firm. However, a task order may be placed with the next ranked firm for the second contract, if the top ranked contractor does not have the capability to complete the task order in the required time period, or the top ranked contractor has performed unsatisfactorily on previous task order(s) under the awarded contract, and/or significantly less work has been placed under the second contract. The General Requirements (Appendix A) are similar for both contracts. Yearly cumulative amount of individual task orders per contract will not exceed $1,000,000.00. The contract will include an option for extension for a second and third year with additional amounts for each optional year not to exceed $1,000,000.00. If contract amounts for the base year period or preceding option year periods has been exhausted, the Government has the option to exercise contract options before the expiration of the base year period or preceding option year periods. The options may be exercised at the discretion of the government. Task orders shall be firm fixed price. Theestimated contract start date is September 1999 for a period of 12 months (through September 2000). Work is subject to availability of funds. Estimated construction cost is not applicable. Year 2000 compliance; the Architect-Engineer (A-E) shall insure that the hardware, firmware, software, and information technology systems separately or in combination with each other or other elements specified in the documents developed under this contract shall be year 2000 compliant in accordance with FAR 39.106. In Block 10 of the SF 255 describe owned or leased equipment that will be used to perform this contract, as well as CADD capability. 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, esthetic treatment, recreation facilities, and land revegetation/reclamation, ecosystem restoration, native plant use, and biological mitigation andmonitoring, 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 for 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 E are primary. Criteria F and G are secondary and will be used as tiebreakers among technically equal firms. A. Professional Qualifications: (1) Landscape Architecture, Land Use and Recreation Planning, Ecosystem Restoration, Biological Mitigation and Monitoring, and Land use Cost Estimating, (2) Supporting knowledge of and experience in CADD systems, architecture, and engineering: civil, structural, mechanical, electrical and hydrology/hydraulics. B. Specialized Experience and Technical Competence in: (1) landscape architecture (revegetation, land rehabilitation/reclamation, erosion and sediment control, slope protection, familiarity with use of plants native to the area, preparation of planning/construction documents, and native habitat restoration), (2) recreation planning (analyses, appendices, and feasibility reports), (3) geographic information systems and other automated cartographic services, (4) Intergraph or compatible CADD system and Automated Review Management System capability; (5) 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 project(s). G. Equitable distribution of DOD Contracts. All firms submitting a SF 255 will be notified of receipt of their response. Notifications of unsuccessful firms will be made within ten (10) days after selection approval. All remaining most highly qualified firms will be notified within ten (10) days after contract award. All notifications will be made by fax or e-mail. The contract award will be announced in the Commerce Business Daily. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work are invited to submit one (1) completed Standard Form (SF) 254 and 255, Architect-Engineer and Related Services Questionnaires (revised editions dated November 1992), for the prime; and one (1) SF 254 for each subcontractor/consultant, by addressing a transmittal letter to the office shown. Lengthy cover letters and generic corporation brochures or other presentations beyond those sufficient to present a complete and effective response are not desired. Submittals are to be bound by staple or binder clip in upper left corner, SF 255 on top. Phone calls and personal visits are discouraged. Response to this notice must be received within thirty (30) calendar days from the date of PUBLICATION IN THE CBD of this synopsis. If the 30th day is a weekend day or Federal holiday, the deadline is the close of business of the next business day. Include ACASS number in Block 3b. Callthe ACASS Center at (503) 808-4593 to obtain a number. No other general notification will be made of this work. Solicitation packages are not provided for A-E contracts. Firms desiring consideration shall submit appropriate data as described in numbered Note 24. Posted 07/23/99 (W-SN358237). (0204)

Loren Data Corp. http://www.ld.com (SYN# 0019 19990727\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page