Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600

USAED, 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