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