Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,2000 PSA#2545

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

C -- CIVIL (GEOTECHNICAL/ENVIRONMENTAL) ENGINEERING FOR LOS ANGELES DISTRICT PROJECTS DUE 032400 POC Tina A. Frazier (213) 452-3252 NO SOLICITATION IS CURRENTLY AVAILABLE-SEE SUBMITTAL REQUIREMENTS. The purpose of this synopsis is to gain knowledge of potential Small Business (sources sought only) for Architect/Engineer services in support of the Los Angeles District, Corps of Engineers. It is anticipated there will be two contracts for Architecture-Engineering services, with award to the top-ranking firm under one Request for Proposal with a not-to-exceed amount of $1,000,000 per contract for the base period and an additional not-to-exceed amount of $1,000,000 for each of the two option periods of each contract. The performance period for these Indefinite Delivery contract will be for a 12-month base period plus two 12-month option periods. The solicitation will allow the Government to exercise an option period once the capacity of the previous period has been exhausted. The total maximum contract duration is 36 months. The work under these contracts will be accomplished through the use of Firm Fixed Price (FFP) task orders. Thesecontracts shall apply to project sites within Los Angeles District, covering Southern California, Southern Nevada, Southwestern Utah, and Arizona. Selection of the successful contractor will be based on a general selection process (Please see Note 24). The significant evaluation factors in order of relative importance are listed in FAR part 36. The selection criteria are listed below in descending order of importance. Criteria a. through e. are primary. Criteria f. and g. are secondary and will be used as "tie-breakers" among technically equal firms: a. Professional qualifications (personnel qualified in civil engineering with specialized qualifications that include recent knowledge and experience in geotechnical and environmental engineering), b. Specialized experience and technical competence; c. Capacity to accomplish multiple simultaneous task orders at different locations and the availability of an adequate number of personnel in key disciplines; d. Past performance on DOD contracts; e. Knowledge of thelocality; f. Geographic proximity; and g. Equitable distribution of DOD contracts. A brief description of what is required under this contract follows: The work and services shall primarily consist of engineering and design for coastal and inland flood control projects. Typical studies include field investigations, evaluations of data and complex geotechnical foundation conditions, seismic evaluation of large dams including finite element analysis and static/seismic deformations of embankments, development of earthquake ground motions and seismic analyses parameters, Hazardous and Toxic Waste expertise, ground water modeling, rock slope stability, and pond liners for ecosystem restoration. Studies will also include soil-structure interaction, bridge foundation design, hydraulic fracturing evaluations, fissure and faulting studies, seepage analysis for dams, spillway thermal studies, concrete, roller compacted concrete and soil cement slope protection designs, forensic geotechnical and materials engineering evaluations, earthfill and materials construction engineering consultation and testing, and offshore geotechnical investigations and designs for dredged channels, breakwaters, seawalls, and confined dredged materials. The firm(s) will have the capacity to perform offshore vibracore drilling and sampling, geophysical testing and interpretations, geotechnical sampling and testing for hazardous wastes and materials and for coarse-grained soils for large dams in highly-active seismic environments. It is noted, a small portion of geotechnical/environmental work is anticipated for military projects. In addition, the firm(s) will have the capacity to simultaneously work on up to one dozen task orders and complete all work within periods of service designated for each task order. The Government will provide fully defined requirements for each Task Order which may include one or more of the following: performance-based specifications, conceptual drawings, contract drawings and specifications, and MicroStation-generateddrawings. The contractors may be required to participate in the development of the final scope of work for individual task orders and be required to provide incidental technical or engineering services such as quality assurance testing for soil and concrete materials, detailed drawings generated in MicroStation, work plans, health site and safety plans, and other submittals in support of investigations, design and construction. The Standard Industrial Classification Code for this procurement is 8711 Engr SVCS. Concerns must submit a narrative describing their firm's ability to perform work that is comparable to the work described by this synopsis, including a demonstration that up to one dozen task orders can be accomplished simultaneously while meeting required periods of service. In addition to the narrative, firms must demonstrate their capability of expending at least 50% of the cost of contract performance for personnel without using subconsultants, firms must submit a short list of recent projects completed that closely matches the work described above. This list must include names, brief resumes, and telephone numbers of the owner, principal, engineer, geologist, hydrogeologist, chemist, or contractor performing the work and whether or not the persons are still employed by the firm. In accordance with FAR 36.601-4(b), a firm must be permitted by law to practice the professions of architecture or engineering in order to be awarded contracts for A-E services. Therefore, the prime firm must have at least one registered engineer to be considered qualified for selection. Firms responding to this announcement which fail to provide the required information will not be considered. Responses 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 Federal Holiday, the deadline is the close of business of the next business day. Responses received after that date will not be considered. Facsimile, telephonic, or electronically-transmittedresponses will not be accepted. Mail your response to: USAED-Los Angeles, ATTN: AE/Contract Compliance Branch, C/O Tina A. Frazier, P.O. Box 532711, Los Angeles, California, 90053-2325. This notice is to assist the Los Angeles District, Corps of Engineers in determining potential SMALL BUSINESS Sources only. No solicitation is currently available. Posted 02/24/00 (W-SN428127). (0055)

Loren Data Corp. http://www.ld.com (SYN# 0022 20000228\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page