|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,1995 PSA#1265U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- INDEFINITE DELIVERY TYPE CONTRACT FOR PLANNING STUDIES FOR OMAHA
DISTRICT SOL DACW45-95-R-0020 POC For further information, contact
Rick Miner at: (402) 221-3135. CONTRACT INFORMATION: Up to two
Indefinite Delivery Type contracts may be awarded for a period of one
year and may include an option for one additional one year extension.
Each Delivery Order issued under this contract will not exceed $200,000
with cumulative amount of contract not to exceed $2,000,000 ($1,000,000
per year). Delivery Orders will be issued from time to time as the need
arises during the contract period. Types of services required will
include site investigations, environmental reports, preliminary
assessments, reconnaissance studies, feasibility studies, concept
design. Completion date is one year after date of award with an
anticipated start date of August 1995. If a large business is selected
for this project, it must comply with FAR 52.219-9 regarding the
requirement for a subcontracting plan on that part of the work it
intends to contract. This plan is not required with this submittal. The
subcontracting goals for this contract are that a minimum of 28% of the
contractor's intended subcontract amount be placed with small
businesses (SB), including small disadvantaged businesses (SDB), and 8%
be placed with SDB. PROJECT INFORMATION: Delivery orders under this
contract may include data collection and analysis to assist the Omaha
District in preparing reports. They will include engineering design
studies, environmental and socioeconomic impact analyses, flood damage
studies, development of flood control alternatives, identification of
fish and wildlife mitigation requirements, social and economic
projections, recreation and natural resources master plans, and
preparation of various reports including, but not limited to Cultural
Resources Reports, Design Memoranda, Environmental Statements and
Assessments, Feasibility Reports, Reconnaissance Reports, and various
separate task reports related to the above. SELECTION CRITERIA: See
Note 24 for general selection process. Criteria for selection, in order
of importance, are: (a) Recent specialized experience and technical
competence of the firm (including consultants) in providing services
similar to those described above. (b) Professional qualifications and
specialized experience in providing services similar to those listed
above, of the proposed team members (including consultants) in the
following disciplines: agricultural engineer, agronomist, architect,
architectural historian, archeologist, biologist, CADD specialist,
civil engineer, cost estimator, cultural resources specialist,
community planner, computer scientist, draftsman/illustrator,
ecologist, economist, environmental engineer, environmental scientist,
geographer, geologist, geotechnical engineer, GIS specialist,
hydraulic engineer, hydrologic engineer, landscape architect, real
estate estimator, real estate specialist, recreation planner,
sociologist, soils scientist, structural engineer, surveyor, technical
report writer, water resources planner. (c) Capacity to accomplish the
work in the required time, including the ability to complete more than
one work order at a time. (d) Past performance as described in Note
24. (e) Location in the general geographic area of the Omaha District.
(f) Extent of participation of SB, SDB, historically black colleges
and universities, and minority institutions in the proposed contract
team, measured as a percentage of the estimated effort. (g) Volume of
DOD contract awards in the last 12 months as described in Note 24.
SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E
contracts. This is not a request for proposal. Firms desiring
consideration shall submit two copies of a combined SF 255 and separate
SFs 254 for prime and each consultant. To be considered, submittals
must be sent to the U.S. Army Corps of Engineers and addressed as
follows: Omaha District, A-E Contracts Support Section, ATTN: John M.
Miller, CEMRO-ED-MG, 215 N. 17th Street, Omaha, NE 68102-4978.
Submittals must be received no later than close of business on the 30th
day after the date of publication of this announcement. If the 30th day
is a Saturday or Sunday or a federal holiday, the deadline will be the
close of business on the next business day. In block 10 of the SF 255,
provide the following: (a) Design Management Plan (DMP). The DMP should
be brief and include an explanation of the firm's management approach,
management of subcontractors (if applicable), specific quality control
procedures used and an organizational chart showing the
inter-relationship of management and various team components (including
subcontractors). (b) The firm's present workload and the availability
of the project team (including consultants) for the specified contract
performance period. In block 3 of SF 255 provide the submitting firm's
number (six or seven digits) assigned by the North Pacific Division,
U.S. Army Corps of Engineers, for the Architect-Engineer Contract
Administration Support System (ACASS) and the firm number for any
consultants in block 6 of the SF 255. If unknown, so state. To receive
information to obtain an ACASS number, call (503) 326-3459. Personal
visits for this solicitation to the Omaha District offices will not be
scheduled. Administrative and procedural questions shall be directed
to John M. Miller at (402) 221-4176. See Numbered Note(s): 24. (0017) Loren Data Corp. http://www.ld.com (SYN# 0018 19950118\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|