Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1995 PSA#1476

U. S. Army Corps of Engineers, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390

C -- INDEFINITE DELIVERY CONTRACT FOR ECONOMIC COMPREHENSIVE PLANNING SERVICES Contact, Robert M. Bencal, 215-656-6606. 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Economic Comprehensive Planning Services contract for navigation, coastal and fluvial flood control economic analyses to primarily support missions assigned to the District. The contract will be for one year with an option for one additional year. The maximum delivery order limit may not exceed $150,000.00 with the cumulative amount of all delivery orders not to exceed $400,000.00 in either the base or option year. The cumulative total for both the base and option shall not exceed $500,000.00. In addition, the total Federal Information Processing (FIP) work allowed under this entire contract including both the base and option years is $150,000.00, pursuant to regulatory Delegation of Procurement Authority (DPA) CENAP-96-0012. 2. PROJECT INFORMATION: Mission efforts will normally be within the geographic boundaries of the Philadelphia District (Delaware River Basin, and Chesapeake and Delaware Canal) which includes portions of Pennsylvania, New Jersey, Delaware, New York and Maryland, but work assigned to other districts and work outside the Philadelphia District boundaries may be a part of this contract. The A/E will primarily provide assistance to the Economics and Social Analysis Branch of Planning Division within the district, but will not be limited to that district element. The qualifications and experience required for the contract will primarily involve navigation economic analysis which will include, but not be limited to: comprehensive planning; commodity projections; fleet projections; facility investigation and throughout capacity; waterway and inland transportation cost estimation; benefit estimation; multiport analysis and report preparation. Primary types of technical disciplines required for the contract will include: economist, transportation specialist, civil and coastal engineers, planners, project managers, computer specialist and estimators. Other areas of involvement include: fluvial economic and engineering analyses which will include, but not be limited to: erosion, storm inundation, and recreational impacts. The firm must be familiar with Corps of Engineers requirements and regulations for preparation of Planning reports. 3. SELECTION CRITERIA: Significant selection evaluation criteria in relative descending order of importance will include: (1) Specialized experience of the firm in the primary area of navigation, as well as coastal and fluvial flood control economic analyses; (2) Familiarity with related Corps of Engineers procedures and regulations and general experience of the firm in other areas of economic and engineering analysis; (3) Professional qualifications of the staff in related work; (4) Capacity of the firm to accomplish multiple projects simultaneously within required time and cost constraints; (5) Past performance on relevant Department of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consideration; (6) Location of the firm in the general geographic area of the district; (7) 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. As a requirement for negotiations, the selected contractor will submit for government approval a quality control plan which will be enforced through the life of the contract. The district reserves the right to terminate negotiations with firms that do not respond to Government requests for proposals, information, documentation, etc. (4) SUBMISSION REQUIREMENTS: Responding firms must clearly present billing amounts for all USACE work as well as all other DOD work for the 12 months prior to the date of this announcement. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 254 and SF 255 revised 11/92 for the prime firm and a SF 254 for each consultant, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the next business day. Include ACASS number in Block 3B. of the SF 255. Call the ACASS Center at 503-326-3459 for information on obtaining an Acass number. This is not a request or proposals. No other notification to firms for the project will be made. (324)

Loren Data Corp. http://www.ld.com (SYN# 0030 19951122\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page