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