Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,2000 PSA#2622

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

C -- PLANNING SERVICES FOR LOS ANGELES DISTRICT PROJECTS, (SO. CA, SO. NV, SOUTHWESTERN UT, AZ) 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 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 Proposals 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 this 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 current 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. These contractsshall 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, Specialized experience and technical competence; b. Specialized experience and technical competence; c. Capacity to accomplished 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 the locality; 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 consist of preparing reports and environmental impact statements for reconnaissance and feasibility level water resources civil works studies and projects. Typical civil works projects and studies encompass flood control, watershed management, ecosystem restoration, flood plain management, water supply and distribution, water quality control, groundwater and wastewater treatment, seismic evaluation of infrastructure, surveying and mapping services (with geographic information systems expertise), fish and wildlife habitat conservation, outdoor recreation, streambank erosion protection, and a multitude of other complex water resources study and engineering activities. Environmental impact statements and surveying and mapping services shall average a total of about twenty (20%) of work under this contract. Each task order when applicable shall be supported by Microsoft Project Planning Software, 1998 Version or equivalent and by Intergraph Computed Aided Drafting and Design (CADD) system or compatible. Contractor shall acquire the Micro-Computer Aided Cost Estimating System (MCACES Gold) software and related training from commercial sources for use in this contract when necessary. The firm(s) selected for these contracts 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. The selected firm(s) shall also have the capability accomplishing a minimum of 50% of the total required work. 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 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, planner, geologist, hydrogeologist, chemist, or contractor performing the work and whether or not the persons are still employed by the firm. 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-transmitted responses 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 06/13/00 (W-SN464333). (0165)

Loren Data Corp. http://www.ld.com (SYN# 0031 20000615\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page