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