|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600USAED, Sacramento, Corps of Engineers, Attn: A-E Negotiations Section,
1325 J Street, Room 1079, Sacramento, CA 95814-2922 C -- IDIQ GEOTECHNICAL INVESTIGATION/DESIGN WITHIN THE SOUTH PACIFIC
DIVISION SOL DACW05-00-R-0022 DUE 061300 POC Ken Parkinson
(916)557-7470 1. CONTRACT INFORMATION: There will be two contracts
awarded as a result of this synopsis. It is the Government's intent to
award one contract to a large business and one contract to a small
business. Therefore, one is set aside for small business. Depending
upon the results of the competition, both awards may be made to small
businesses. At least one contract will be awarded to a small business;
both awards will not be made to large businesses. A-E services are
required to for military installations and civil locations within the
geographical area services by the Sacramento District (South Pacific
Division boundaries). Military boundaries include CA, AZ, NV, UT while
civil boundaries include CA, OR, NV, UT, AZ, WY, CO. This contract may
also be used by other Corps of Engineers Districts for work within the
South Pacific Division boundaries (San Francisco, Los Angeles, and
Albuquerque Districts) and as requested by other Corps
Divisions/Districts. A specific scope for work and services required
will beissued with each task order. This work will include all
architectural-engineering (A-E) and related services necessary to
complete the design and related services necessary to complete the
taskings. The end result of these studies/projects will be maps and
plans, and in addition, the contractor shall provide in and /or
compatible with vectorized Autocad and Microstation (latest versions).
The contractor shall be responsible for design and drawings using
computer-aided design and drafting (CADD) and delivering the two
dimensional drawings in Autodesk AutoCAD CADD software, release 14. The
Government will only accept the final product for full operation,
without conversion or reformatting, in the Autodesk AutoCAD release 14
format, and on the target platform specified herein. The target
platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT
4.0 operating system. Drawings produced by scanning drawings of record
or containing photographic images shall be delivered in a raster
format compatible withthe target platform AutoCAD electronic digital
format. Drawing files shall also be delivered in Computer-aided
Acquisition and Logistic Support (CALS) CCITT Group 4 raster format.
The specifications will be produced either in SPECSINTACT with the
Standard Generalized Markup Language (SGML) using the Corps of
Engineers Military Construction Guide Specifications. Specification
files shall also be delivered in Adobe Acrobat Portable Data Format
(PDF) or PostScript electronic digital format. Also, The contractor
shall be responsible for design and drawings using computer-aided
design and drafting (CADD) and delivering the three dimensional
drawings in Bentley MicroStation NT software, Version 5.05 or higher,
electronic digital format. The Government will only accept the final
product for full operation, without conversion or reformatting, in the
Bentley MicroStation format Version 05.05, and on the target platform
specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram,
8 GB Hard Drive with an NT 4.0 operating system. Advanced application
software used in preparing drawings shall be delivered in Version 5.05
or higher 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 5, electronic digital format. Drawing files shall also be
delivered in Computer-aided Acquisition and Logistic Support (CALS)
CCITT Group 4 raster format. The specifications will be produced in
SPECSINTACT with Standard Generalized Markup Language (SGML) using the
Corps of Engineers Military Construction Guide specifications. In
addition to the format specified above, specification files shall also
be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript
electronic digital format. "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". Responding firms must show computer and
modem capability for accessing the Criteria Bulletin Board System
(CBBS) and the Automated Review Management System (ARMS). The estimate
will be prepared using Corps of Engineers Computer Aided Cost
Estimating System (M-CACES) (software provided by Government) or
similar software. The SIC code is 8712 with a business size standard of
maximum $4.0 million of average annual receipts for its preceding 3
fiscal years. Two firms will be selected. Selection for task order
awards will be made as follows: (1) Both 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, SAACONS
52.0216-4821, Task Order Selection Criteria and Procedures (Oct 1995).
Firm-fixed price indefinite delivery, indefinite quantity contracts
will be negotiated and the first is anticipated to be awarded in
September 2000. 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. The options may be exercised at the
discretion of the Government. 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. If the Total Estimated Price
of the base year or anyoption year is not awarded within that year's
12-month performance period and the Government has elected to exercise
a subsequent option year, the remaining unused dollar amount may be
added on to the Total Estimated Price of the option period being
exercised. However, the Total Estimated Price of the contract, all
three years (if the Government elects to exercise both option years)
will not exceed $3,000,000. Task orders shall not exceed the annual
contract amount. This announcement is open to all firms regardless of
size; however, as stated above, one contract is set aside for small
business. All interested large business Architect-Engineer firms 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 planon that part of the work it plans to subcontract.
The recommended goal for the work intended to be subcontracted is 62%
for small business. It further states that out of that 62% to small
business, 10% is for small disadvantaged business (subset to small
business) and 5% is for small business/woman owned (subset to small
business). The large business firm selected for a contract (if a large
business is selected) will be required to submit a detailed
subcontracting plan at a later date. If a plan is submitted with lesser
goals, the large business firms must submit written rationale
explaining 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. PROJECT INFORMATION:
Task orders to be issued under this contract will use ASTM standards
for soil classifications and Department of the Army criteria for
geotechnical description of rock and rock masses. Work may include (a)
foundation exploration,inspection and interpretation; (b) rock, soil
or material sampling and testing; (c) geologic mapping of existing
surface conditions and/or exposed foundation conditions; (d)
seismo-tectonic analyses (fault activity and liquefaction studies) with
emphasis on Quaternary geology for structures and facilities; (e)
photogeologic interpretation and imagery analysis; (f) hydrogeologic
investigations and interpretation which may include monitoring wells
and production water wells; (g) geotechnical design and engineering for
dams, levees, pavements, and structures; (h) geophysical explorations
and interpretation; (i) preparation of reports of findings, conclusions
and recommendations, plans and specifications for construction; and (j)
preparation of maps, plates and drawings using CADD systems compatible
with Autocad or Microstation formats. Firms should indicate personnel
and subcontractors selected to work on the contract and state their
management structure. Firms should also indicate all applicable
subcontractorsselected to work on the contract. SELECTION CRITERIA: See
Note 24 for general selection process. The selection criteria are
listed below in descending order of importance. These criteria apply to
the unrestricted portion (the one contract that may be awarded to a
large business). Criteria "a" though "d" are primary. Criteria "e"
through "g" are secondary and will only be used as "tie-breakers" among
technically equal firms. a. Specialized experience and technical
competence and complexity in geotechnical jobs performed in each of the
categories list in project information section above. b. Past
performance on DOD and other contracts with respect to cost control,
quality of work and compliance with performance schedules. c. Qualified
professional personnel who are certified, registered and highly trained
as: geologists, hydrogeologists, seismologists, geotechnical engineers,
civil engineers, CADD technicians and draftsmen. 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. Volume of DOD
contract awards in the last 12 months as described below. f. Location
of the firm in the general geographical area of the Sacramento
District's area of responsibility. g. 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. To the criteria listed above, the following primary
criteria apply to the small business set aside portion: Firm's small
business size relative to the SIC Code. The capability of the firm to
comply with FAR 52.219-14 which states "at least 50 percent of the cost
of contract performance incurred for personnel shall be expended for
employees of the concern". 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 cost proposals.
All responsible sources may submit the required SF 255 and SF 254 which
shall be considered by the agency. See Numbered Notes 1, 24 and 26 but
Numbered Note 1 (small business set aside notification) applies to
only one of the contracts to be awarded. Posted 05/11/00 (W-SN453847).
(0132) Loren Data Corp. http://www.ld.com (SYN# 0024 20000515\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|