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