Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1996 PSA#1558

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900

C -- ARCHITECT-ENGINEER SERVICES INDEFINITE DELIVERY TYPE CONTRACT FOR THE TOTAL ENGINEERING DEVELOPMETS AND DESIGN OF IMPROVEMENTS FOR LANTIC COAST OF L.I., FIRE ISLAND INLET TO MONTAUK POINT, NY SOL CBAEPL5080-0024 POC Willien Cunningham - (212)264-9123, CENAN-EN-MR. Location: Atlantic Coast of Long Island, Fire Island Inlet to Montauk Point, New York, including the mainland shoreline of Great South Bay, Moriches Bay and Shinnecock Bay. Scope of Services Required: Various engineering services will be required for the study and design of Fire Island Inlet to Montauk Point. These services may include, but are not limited to, engineering development of existing beach conditions and design of coastal improvements, coastal processes analyses including beach profile and hydrographic (borrow area) surveys, topographic mapping and littoral budget and sediment analysis of the 83 mile project shoreline including navigation inlets. The work effort will require a complete structure inventory and damage/benefit analysis for the 83 miles of shorefront, including the barrier islands and affected mainland areas. Services may include environmental analyses, including hazardous waste studies, ordnance and related mitigation studies, environmental impact assessments, permit evaluations, biological assessments for endangered species, coastal zone consistency evaluations and fish and wildlife mitigation plans. A cultuiral resource reconnaissance study, including survey of onshore cultural resources, remote sensing, underwater investigation, identification of potential anomalies and coordination with local divers regarding the location of shipwrecks may be required, as well as mitigation measures for anomalies identified. Services will consist of conducting engineering investigations to obtain information needed for design; preparing design analyses, including numerical modeling; preparation of design memoranda; preparing and/or reviewing plans and specifications; reviewing and incorporating work performed by others; developing critical path method schedules; givin periodic briefings and preparation of reports may be required including preparation of all supporting data such as calculations, cost estimates (M-CACES GOLD), photographs, drawings, diagrams and models, and additional miscellaneous design services. All data will be required to be put into a GIS database compatible with Corps applications. The services will be provided as needed on a work order basis under an Indefinite Delivery Contract. Delivery orders may be issued for a period of one year, with options to extend the contract in yearly increments for up to nine additional years, under the same terms and conditions. The maximum value of each delivery order will not exceed $1,000,000. The total cumulative amount of delivery orders shall not exceed $2,000,000 annually. The total estimated value of the contract will not exceed $10,000,000. The Government will be obligated to provide the selected firm a minimum of 2% of the maximum base year contract amount and 1% of the maximum of each additional year, for each option the government elects to award. Technical Capability Required: Due to the wide range of types of project elements covered under this contract, broad experience and technical capability are required. (1) Experience: Extensive specialized esperience is required in the study, formulation, economics, design and construction of coastal structures including economic, engineering and environmental evaluations related to a. groins and jetties, b. protective beach dunes and berms, c. seawalls, d. revetments, and e. breakwaters. (2) Technical Capability: Extensive technical capability is required in the following engineering and supporting disciplines: Civil Engineers, Coastal Engineers, Structural Engineers, Mechanical Engineers, Geotechnical Engineers, Economists (experienced in performing cost benefit analyses on civil works projects, especially shore protection projects), Cost Estimators, Environmental Scientists, Biologists/Wildlife biologists, Botanists, Ecoligists, Underwater Archaeologists, Coastal Geologists/Geomorphologists and Surveyors. Special Qualifications: Actual experience in the following: (1) littoral budget, (2) beach and coastal structure design, (3) beach surveys, (4) coastal processes, bay and inlet numerical modeling, (5) storm damage survey and analysis, (6) recreational use analysis, (7) hydrographic and photogrammetric surveys, (8) remote sensing an underwater investigations for cultural resources, ordinance and sand resources, (9) hazardous, toxic and radioactive wastes (HTRW) training, unexploded ordnance evaluation and remediation, (10) mitigation/restoration studies, and (11) M-CACES (Corps of Engineers cost estimating software) Closing Date for Submission of Form 255: 30 days. If closing date falls on a Saturday, Sunday or holiday, then the actual date will be the next business day. A/E selection will be based on the requirements referenced above and the following criteria listed in relative order of importance: 1) Professional qualification necessary for satisfactory performance of required services. 2) Specialized experience and technical competence in the type of work required. 3) Capacity to accomplish the work within the required time. 4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5) Location in the general geographical area of the New York District boundaries and knowledge of the localities provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 6) Demonstrated success in prescribing the use of recovered mateials and achieving waste reduction and energy efficiency in facility design. 7) Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 8) Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business frims and firms that have not had prior DoD contracts. START: 1 July 1996. COMPLETION: 30 September 2005. Small and Disadvantaged Firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontractors to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. NOTES: 1. One contract award will be made from responses to this announcement. 2. Offerers are advised that a potential organizational conflict of interes exists due to the nature of services to be performed. The successful A/E and its subcontractors eill restricted from participating in other contracts relating to management support or construction of elements of Fire Island Inlet to Montauk Point projects that are designed under this contract. 3. The selected A/E shall be required to submit a subcontracing plan with the final proposal. The plan must be consistent with Section 906 (B) (2) of PL 100-180. Subcontract awards to Small Business (SB), Small Disadvantaged Business (SDB), Historically Black Colleges and Universities (HBCU) or Minority Institutions (MI) shall be included in the plan. Of the total planned subcontracting dollars, at least 22% should be awarded to SB, and at least 10% should be awarded to any combination of SDB, HBCU, or MI. 4. Firms should submit three copies of SF 254 and SF255 in response to this CBD announcement. Firms using subcontractors should also include copies of their SF254 with the submittal. Personal visits and telephone calls for the purpose of discussing consideration for this work will not be accepted. 5. Firms shall indicate on page 11, block 10 of the SF 255 the total number of DOD awards (basic, modifications, IDC/work orders) and the total value of those awards (A/E fee) within the last 12 months prior to the date of the announcement. Firms that do not comply with this requirement may be considered non-responsive. 6. A) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after preselection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. B) The A/E's request for a debriefing must be received by the selection chairperson within 10 calendar days after the date on which the firm received the notification. C) Debriefing(S) will occur within 14 calendar days after receipt of the written request. D) Copies of all SF 254's & SF255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. THIS ANNOUNCEMENT SUPERSEDES ANNOUNCEMENT CBAEPL 5031-0031 WHICH IS HEREBY CANCELLED. (0081)

Loren Data Corp. http://www.ld.com (SYN# 0026 19960322\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page