|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1995 PSA#1323US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New
York, New York, 10278-0090, Attn: CENAN-EN C -- AE SVCS, IDC#145 FOR FOOD CONTROL, NAVIGATION & COASTAL STUDIES
WITHIN THE NYD'S BOUNDARIES. SOL CBAEEN-5088-0017 POC WILLIEN
CUNNINGHAM, CENAN-EN-M, RM 2133, 26 FEDERAL PLAZA, NY, NY 10278-0900,
(212) 264-9123. location of work: Various locations within the New York
District's boundaries in New York, New Jersey, Massachusetts and
Vermont. Scope of services required: Perform various engineering
services for flood control, navigation and coastal studies/projects
within the New York, New Jersey, Massachusetts and Vermont. This may
include aerial, hydrographic, topographic and cross section surveys,
subsurface investigations and analysis hydrulic and hydrologic studies
including ice analysis, geotechnical and structural analysis, deep
draft and shallow draft navigation studies, waste characterization,
bio-assay analysis, handling/disposal of hazardous/toxic waste and
preparation of designs, plans and specifications. The services will be
provide under an indefinite delivery contract. The cumulative amount
of all delivery orders will not exceed $750,000 and the maximum amount
per work order is $150,000. Delivery orders for this Contract may be
issued for period of one year from the date of contract award. This
contract will include an option for one additional year under the same
terms and conditions as the basic contract. The government's
obligation to guarantee a munimum amount for payment will apply to the
first year only. One firm will be selected from this announcement.
Previous experience with Army flood control and navigation projects is
desired. Full in-house capability is preferred. Firms not having full
in-house capability must demonstrate a plan for successful quality
assurance and integration of all design disciplines. The firm's
submittal must identify the working office and the personnel, by
discipline, available at the working office. Technical capability
required: hydrologic and hydraulic engineers, marine engineers, coastal
engineers, transportation engineers, economists, environmental
engineers, geologist, geotechnical engineers, civil engineers,
structural engineers, estimators and surveyors. Special qualifications:
Topographic and hydrographic survey capability, divers, sonar, land and
water subsurface exploration, expertise in navigation procedures, ship
and port operations, transportation systems, analysis in channel
locations, computer applications, dredged material disposal. The
selected a/e firm will be required to furnish original drawings on
mylar and in digitized format on Intergraph or Autocad. All documents
and specifications are to be submitted in hard copy as wall as on Word
Perfect 5.1 formatted disks. The firm must have the capability to work
with M-CACES (Corps of Engineers cost estimating software) Closing date
for submitting SF 255: thirty (30) days after the initial publication
date of this announcement. Evaluation factors in descending order of
importance: Professional qualifications necessary for satisfactory
performance of required services. Specialized experience and technical
competence in the type of work required. Capacity of the firm to
accomplish the work within the required time, reflecting qualifications
of key personnel. Past performance, if any, on contracts with
government agencies and private industry in terms of cost control,
quality of work and compliance with performance schedules. Geographic
location and knowledge of the localities noted above, provided that
applicaton of this criterion leaves an appropriate number of qualified
firms. Volume of work previously awarded to the firm by the Department
of Defense (DoD), with the object of effecting an equitable
distribution among qualified A/E firms as well as firms that have not
had proir DoD contracts. Estimated start date: November 1995. Estimate
completion date: November 1997. Small and small disadvantaged firms
are encouraged to participate as prime contractors or as members of
joint ventures with other small businesses. All interested large firms
are reminded that the successful firm will be expected to place
subcontracts to the maximum practicable extent with small and small
disadvantaged firms in accordance with Public Law 95-507. If a large
business firm is selected, a small business subcontracting plan will be
required proir to award. Firms are to indicate on block 10 of their SF
255's the total number of Department of Defense A/E Awards (basic,
modifications, work orders) and the total value of those awards within
the last 12 months prior to the date of this announcement. Firms that
do not comply with this requirement will be considered non-responsive.
Firms should indicate whether they are listed in the ACASS System in
Oregon. If yes, indicate your ACASS Number in block 1 of SF 255. Firms
which have not previously applied for New York District projects and
firms which do not have a current SF-254 on file with the New York
District should submit two of the SF-254 with their initial response to
the CBD announcement. Firms using consultants should submit copies of
the SF-254 for their consultants. No other general notification to
firms under consideration for this contract will be made. Solicitation
packages are not provided for A/E contracts. This is not a request for
proposal. Personal visits for the purpose of discussing projects are
discouraged. (0100) Loren Data Corp. http://www.ld.com (SYN# 0018 19950411\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|