Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1995 PSA#1407

Memphis District, Corps of Engineers, 167 N. Main St. B-202, Memphis, TN 38103-1894

R -- INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR HYDRAULIC, HYDROLOGIC, SEDIMENTATION ENGINEERING STUDIES SOL DACW66-95-R-0063 POC Contact Don Max, A-E Coordinator, 901/544-3977 INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR HYDRAULIC, HYDROLOGIC, SEDIMENTATION ENGINEERING STUDIES, AND DESIGN CONTRACTS AND RELATED SERVICES FOR PROJECTS WITHIN THE LIMITS OR ASSIGNMENTS OF THE MEMPHIS DISTRICT. SOLICITATION No. DACW66-95-R- 0063. Point of Contact: Don Max, A-E Coordinator, 901-544-3977. 1. SERVICES REQUIRED: The services to be procured under this announcement are classified in Standard Industrial Classification Code 8711. An indefinite delivery type contract will be entered into as a result of this announcement. The proposed procurement listed herein will be an unrestricted procurement, and submittals from large and small businesses will be considered. Firms are considered to be small business concerns if the firm's average annual receipts from the preceding three fiscal years do not exceed $2.5 Million. Firms with demonstrated specialized experience, competence, and qualifications pertinent to hydraulic, hydrologic, and sedimentation engineering designs, studies, and related services are desired for consideration. The contract services performed under this contract support the Engineering Division of the Memphis District in the preparation of reports, memorandums, plans, specifications, and cost estimates. 2. PROJECT INFORMATION: Work area will normally be within the boundaries of the Memphis District (which includes portions of AR, IL, KY, MO, MS, and TN), but work assignments may be made in other Districts. A contract is anticipated to be awarded in December 1995, with the contract period of service not to exceed one year from issuance of the first delivery order, or expenditure of the contract amount, whichever occurs first. Work to be performed is subject to satisfactory negotiation of individual delivery orders not to exceed $90,000 each or a total of $240,000 for the initial year of the contract. The basic contract will include an option to extend the contract period one year and to expend an additional $240,000. 3. QUALIFICATIONS: Firms must demonstrate in their submission the ability to meet the following requirements: (A) Adequate professional capability with experience in hydraulic, hydrologic, and sedimentation engineering designs and studies (B) Sufficient technical, supervisory, and administrative capability to ensure expeditious completion of the required services 4. EVALUATION CRITERIA: Selection will be based on the following four primary criteria (A, B, C, & D) and three secondary criteria (E, F, and G). All criteria are shown in descending order of importance: (A) Specialized Experience. Firms shall have specialized experience or capability in using the following computer programs; HEC-1, Flood Hydrograph Package; HEC-2, Water Surface Profiles; and HEC-6, Scour and Deposition in Rivers and Reservoirs. Firms to be considered highly qualified shall have a minimum capability of two engineers with this specialized experience in performing engineering analyses using these computer programs. Additional engineers with this experience may be required. Firms may be required to provide some capability for field surveys to support the hydraulic, hydrologic, and sedimentation analyses. (B) Professional Qualifications. The prime firm and/or its subcontractors (hereinafter referred to collectively as ''firm'') must have a registered Professional Civil Engineer on staff. The firm should indicate professional recognition, professional associations, advanced training, and specific work experience of key personnel. The firm should emphasize the qualifications and experience of its management personnel in hydraulic, hydrologic, and sedimentation engineering designs and studies. (C) Capacity. Firms must demonstrate sufficient capability in the disciplines necessary to conduct the required work in an efficient manner. (D) Past Performance. Performance evaluations on previous contracts with Government agencies, including DOD, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be considered. Additional consideration will also be given to firms which have above average performance evaluations in the type of work described in (A) above. The following three secondary criteria (E, F, and G), which are listed in descending order of importance, will be used as ''tie-breakers'' among equally ranked firms after evaluation by the primary criteria: (E) Geographical Location. Proximity to Memphis, TN of the firm's office where the work will be managed, coordinated, and performed will be given additional consideration. (F) Small Business Considerations. Extent of participation of Small Business, Small Disadvantaged Business, and Women Owned Business in the proposed contract, measured as a percentage of the estimated subcontracting effort. The subcontracting goals for the Memphis District are 53% of the contractor's intended subcontract amount be placed with small business (SB) including 9% to small disadvantaged businesses (SDB) and 3% to women-owned businesses (WOB). (G) Volume of DOD Work. Consideration will be given to the volume of work previously awarded or assigned to the firm by DOD in the last 12 months (August 1, 1994 to August 1, 1995), with the object of effecting an equitable distribution of DOD A-E contracts among A-E firms, including small and small disadvantaged business firms, and firms that have not had prior DOD contracts. 5. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform these services must submit one copy of SF 255 (11/92 Edition) for the prime and one copy of SF 254 (11/92 Edition) for the prime and all subcontractors to: Mr. Don Max, CELMM-ED-M, Memphis District, Corps of Engineers, 167 North Main Street B-202, Memphis, TN 38103-1894, no later than close of business (COB) (4:00 pm Central) on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is COB on the next business day. The solicitation number should be included in Block 2b of SF 255. The firm's ACASS number is to be included in Block 3b. If not available, phone the ACASS Center at 503-326-3459 to obtain a number. Firms are requested to clearly and concisely address all qualification requirements listed under Items 3 and 4 above in Block 10 of the SF 255. All DOD contracts awarded to the firm and its affiliates (not to include subcontractors) during the 12 month period of August 1, 1994 to August 1, 1995 should be shown, including the contract amount and whether the contract includes an option year and option amount. Firms are also required to show the total amount of DOD contract earnings by the firm as a prime contractor within the 12 month period stated above without regard to the award date of the contract(s). Firms are also requested to provide in Block 10 a detailed list of all pertinent field and office equipment to be used on this contract distinguishing ownership between prime and subcontractor, if a subcontractor is used. The firm should also describe their overall quality management plan, including management approach, coordination of disciplines, field crews, and subcontractors, and quality control procedures in Block 10. A contract specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Letters, including transmittal letters, photographs, brochures, and other promotional literature are not desired nor will be considered. Solicitation packages are not provided to interested firms for A-E contracts before final firm selection. This is not a request for proposal. (0220)

Loren Data Corp. http://www.ld.com (SYN# 0054 19950809\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page