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