|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1995 PSA#1282US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New
York, New York, 10278-0090, Attn: CENAN-EN-MR C -- A/E FOR THE TOTAL ENGINEERING DEVELOPMENT AND DESIGN OF AN
INTERIM PROJECT ALONG THE FIRE ISLAND INLET TO MORICHES INLET REACH OF
THE ATLANTIC COAST OF LI, FIRE ISLAND TO MONTAUK PT, NY SOL
CBAEPL-5031-0013 POC WILLIEN CUNNINGHAM 212-264-9123. Location:
Atlantic Cost of Long Island, Fire Island Inlet to Moriches Inlet, New
York. Scope of Services Required: Various engineering services will be
required throughout the estimated 24 month interim effort. Two contract
awards to the same contractor may be made from this announcement,
(1-Interim Project study; 1-PLans and specifications). The required
services may include but not limited to, engineering development of
existing beach conditions and design of coastal improvements, including
beach profile and hydrographic (borrow area) surveys, topographic
mapping and littoral budget and sediment analysis of the 26 mile study
shoreline, from Fire Island Inlet to Moriches Inlet along the Atlantic
Cost of Long Island, including navigation inlets. The work effort may
require a complete structural inventory and damage/benefit analysis for
the 12 miles of shorefront from Fire Island Inlet to Morices Inlet,
including the barrier island and affected mainland areas. Services may
include environmental analysis, including hazardous waste studies and
related mitigation studies, environmental impact assessments, permit
evaluations, biological assessments for endangered species, coastal
zone consistency evaluations and fish and wildlife mitigation plans. A
cultural resources reconnaissance study, including survey of onshore
cultural resources, remote sensing, underwater investigation,
identification of potential anomalies, and coordination with local
divers regarding the location of shipwrecks may be required, as well as
mitigation measures for anomalies identified. Services may consist of
conducting engineering investigations to obtain information needed for
design; preparing design analyses, including numerical modeling;
preparation of design memoranda; preparing and/or reviewing plans and
specifications; reviewing and incorporating work performed by others;
developing critical path method schedules; giving periodic briefings
and preparation of reports including preparation of all supporting data
such as calculations, cost estimates (M-CACES), photographs, drawings,
diagrams and models, and additional miscellaneous design services.
Estimated Cost of Construction: As currently estimated, the
construction cost estimate for this project ranges approximately from
$30,000,000 to $40,000.000. Technical Capability Required: Due to the
wide range of types of project elements covered under this contract,
broad experience and technical capabilities are required. Experience:
Extensive specialized experience is required in the design and
construction of coastal structures including economic engineering and
environmental evaluations related to a) groins and jetties, b)
protective beach dunes and berms, c) seawalls, d) revetments, and e)
breakwaters. Techincal capabilities: Extensive technical capability is
required in the following engineering and supporting desciplines:
Civil Engineers, Coastal Engineers, Structural Engineers, Mechanical
Engineers, Geotechnical Engineers, Economists, Cost Estimators,
Environmental Scientists, Biologists/Wildlife biologist, Botanists,
Ecologists, Underwater Archaeologists, Geologists and Surveyors.
Special Qualifications: Actual experience in the following: 1) littoral
budget, 2) beach and coastal structure design, 3) beach surveys, 4)
storm damage survey and analysis, 5) recreational use analysis, 6)
hydrographic and photogrammetric surveys, 7) remote sensing and
underwater investigations for cultural resources, 8) hazardous, toxic,
and radioactive wastes (HTRW) training, 9) mitigation/restoration
studies, and 10) M-CACES (Corps of Engineers cost estimating software).
Professional registration in New York State is required for engineers
and surveyors. Closing Date for submission of Form 255: 30 days after
advertising in CBD. If closing date falls on a Saturday, Sunday or
holiday, then the actual date will be the next business day. A/E
selection will be based on the requirements referenced above and the
following criteria listed in relative order of inportance: 1)
Professional qualificaaations necessary for satisfactory performance of
required services. 2) Specialized experience and technical
compettttence in the type of work required. Technical competence and
prior experience of the firm and individuals assigned to the contract.
3) Capacity of the firm to accomplish the work in the required time
and qualifications of lead personnel. 4) The firm's past experience, on
contracts with the Government agencies and private industry in terms of
cost control, quality of work, and compliance with performance
schedules. The location of the firm within the general geographic area
of the New York District and knowledge of the project site, provided
that a sufficient number of qualified firms having working offices
within a reasonable distance respond to this announcement. 6) The
volume of work previously awarded to the firm by the Department of
Defense. DOD desires an equitable distribution of design contracts
among qualified architect-engineer firms, including small and
disadvantaged business firms as well as firms that have no prior DOD
contracts. Start: 15 May 1995. Completion: 30 May 1997. Small and
Disadvantaged Firms are encouraged to participate as prime contractors
or as members of joint ventures with other small businesses, and all
interested contractors are reminded that the successful contractor wil
be expected to place subcontractors to the maximum practicable extent
with small and disadvantaged firms in accordance with Public Law
95-507. If a large business firm is selected, a subcontracting plan is
required. Two contract awards to the same contractor may be made from
responses to this announcement. (1-Interim Project study; 1-Plans and
Specifications) Firms should submit two copies of SF 254 and SF 255 in
response to this CBD announcement. Firms using subcontractors should
also include copies of their SF 254 with submittal. Personal visits and
telephone calls for the purpose of discussing considerations for this
work will not be accepted. Firms shall indicate on page 11, block 10 of
the SF 255 the total number of DOD awards (basic, modifications.
IDC/work orders) and the total value of those awards (A/E fee) within
the last 12 months prior to the date of the announcement. Firms that do
not comply with this requirement may be considered nonresponsive.
(0040) Loren Data Corp. http://www.ld.com (SYN# 0018 19950210\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|