Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607

U.S. Army Engineer District, San Fancisco, COE, 211 Main Street, Room 809, San Francisco, CA 94105-1905

R -- INDEFINITE DELIVERY ORDER CONTRACT FOR HYDROLOGY AND RIVERINE, ESTUARINE AND COASTAL HYDRAULIC SERVICES. SOL DACW07-96-R-0005 POC Thomas Stallings, Contract Special, (415) 744-3488, after June 10, 1996 call (415) 977-8500. For Technical Information contact Carlos Herandez at (415) 977-8590. ''C. Indefinite Delivery Order Contract for Hydrology and Riverine, Estuarine and Coastal Hydraulic Services. The Architect-Engineer may be called upon to perform the full range of hydrologic engineering studies and to conduct various hydraulic design activities, including the development of hydrology, water surface profiles, and floodplains, and to conduct estuarine and coastal analyses. The AE shall be responsible for accomplishing designs, preparing designs/studies and preparing drawings using computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in (1) Autodesk AutoCAD CADD software, release 13 (and/or higher), MS-DOS/Windows, and or (2) Intergraph MicroStation NT software, release 5.0 (or higher), Windows NT, version 3.51 (or higher), electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The Government may also request that the final product be provided in a HEC-2 format. The target platform is a P5-133 workstation with a MS-DOS/Windows, version 6.22/3.51 for AutoCAD, a TD 30 workstation with a Windows NT, version 3.51 operating system for Intergraph. The Architect-Engineer may be called upon to conduct sedimentation studies, to prepare input to reports and to perform related work. The ''Experience Profile Codes'' listed in the SF 254 which apply are: 073, 092, 102, 114 and 115. Item 4 of SF Form 255 shall indicate personnel strength of the principal firm at the officer where work is to be accomplished. Additional personnel strength, including consultants, may be indicated parenthetically. In order to be considered for selection, you must note in Block 10 of the SF 255 all DOD contracts awarded to your firm and all affiliates (do not include consultants) during the last 12 months along with the dollar amount of the awards and the total amount awarded. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 40% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SBD) and 8% be place with SDB and 8% be placed with SDB. The plan is not required with this submittal. The A-E Pre-Selection Board will use a numerical scoring system to establish maximum scores for each firm on each of the six agency evaluation criteria stated in relative order of importance in Note 24 including the following sub-criteria: Criteria 1 thru 5 are primary. Criteria 6 thru 8 are secondary and will only be used as tie-breakers among technically equal firms. 1. Professional Qualifications: Hydrologists, Hydraulic Engineers and Coastal Engineers. the evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. 2. Specialized Experience: (a) Demonstrated use of computer programs HEC-1, HEC-2 and HEC-6 in the past two years; (b) demonstrated use of wave refraction (perferably spectral) and sediment transport computer programs in the past two years; (c) demonstrated experience with shoreline change rate detection from aerial photographs and surveys in the past two years; (d) demonstrated experience with hydraulic design for habitat restoration; and (e) multimate or wordperfect wordprocessing programs. 5. Knowledge of Locality: Knowledge of the California State Plane Coordinate System. 6. 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 total estimated effort. 7. Volume of DOD contract awards in the last 12 months as described in Note 24. 8. Geographic location - location of the essential staff for this project (or a commitment to locate) in the general geographical area of the projects. The A-E Selection Board will use the same numerical scoring system as the A-E Pre-Selection Board. Firms desiring consideration must submit a SF 254 (if not already on file) and a SF 255 within 30 calendar days from the date of this notice. An indefinite delivery order contract is expected to be awarded for a 12 month period starting on or about 96 NOV 07 with an option to renew for an additional one year period. Cumulative total for all work orders will not exceed $750,000 for the term of the contract and each work order will not exceed $150,000. The option year will be for an additional ceiling of not to exceed $750,000. Contract will include a schedule of overhead and wage rates upon which costs of work orders will be based for the one year period as well as the option year. At the time a specific requirement becomes known, a scope of work will be provided to the Contractor and a final price for the particular work may be negotiated in accordance with the contract terms. Further information may be obtained by contacting Mr. Carlos Hernandes, (415) 744-3360. Note 24 applies to this procurement. This is not a request for proposal.'' *NOTE: EFFECTIVE JUNE 10, 1996 OUR NEW ADDRESS IS: U.S. ARMY ENGINEER DISTRICT, SF, COE, ATTN: CESPN-CT, 333 MARKET STREET, RM. 704, SAN FRANCISCO,CA 94104-2197. (0151)

Loren Data Corp. http://www.ld.com (SYN# 0118 19960531\R-0019.SOL)


R - Professional, Administrative and Management Support Services Index Page