Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1995 PSA#1323

US 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