|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1996 PSA#1640US Army Corps of Engineers, LRD (CESWL-CT), PO Box 867, Little Rock, AR
72203-0867 C -- C--INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR GENERAL
HYDROLOGIC AND HYDRAULIC ANALYSIS SERVICES FOR VARIOUS CIVIL AND TARY
PROJECTS IN OR ASSIGNED TO THE LITTLE ROCK DISTRICT SOL
DACW03-96-R-0019 POC Sharon Bowers, 501-324-5668. 1. CONTRACT
INFORMATION: A-E Services, procured in accordance with PL 92-582
(Brooks A-E Act) and FAR Part 36, are required for various military and
civil works projects in or assigned to the Little Rock District. One
indefinite delivery contract will be negotiated and awarded, with a
base period of one year, an two option periods of one year each. The
contract option year may be exercised before the expiration of the base
contract period (or preceding option period), if the contract amount
for the base period (or preceding option period) has been exhausted or
nearly exhausted. Individual fixed-price delivery orders will not
exceed $150,000; the annual ceiling for the base year and the option
year is $400,000 for each period. Individual delivery orders issued
under the proposed contract may contain certain options. The minimum
guaranteed amount for the base year is $8,000. Projects outside the
primary area of responsibility may be added at the Government's
discretion upon agreement of the selected firm. 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 the contract are:
a minimum of 53% of the contractor's intended subcontract amount be
placed with Small Business (SB), including Small Disadvantaged
Businesses (SDB), of 9%, Woman-Owned Small Businesses (WOSB) of 5% and
Historically Black Colleges and Universities and Minority Institutions
(HBCU/MIs) of 5%. The plan is not required with this submittal. The
wages and benefits of service employees (see FAR 22.10) performing
under this contract must be at least equal to those determined by the
Department of Labor under the Service Contract Act. 2. PROJECT
INFORMATION: Work includes, but is not limited to, performing
Hydrologic & Hydraulic services related to the following areas: flood
insurance studies, technical services studies, Section 205 studies,
Section 14 studies, survey reports, design memorandums, reservoir
control studies, reservoir regulation manuals, and operations and
maintenance studies at the Government's discretion upon agreement of
the selected firm. 3. SELECTION CRITERIA: See CBD Note 24 (Monday
Edition) for a general description of the A-E selection process. The
selection criteria are listed below in descending order of importance
(first by major criterion and then by each sub-criterion). Criteria
items a-e are primary. Criteria items f-h are secondary and will only
be used as ''tie-breakers'' among technically equal firms. a.
Professional qualifications. Qualified personnel in the following key
disciplines: Civil, Hydraulic and Environmental Engineers, Draftsmen,
Engineering Technicians, and CADD specialists. b. Specialized
experience and technical competence. The responding firm must
demonstrate prior experience and expertise in the following items: unit
hydrographs, design storms and floods including PMF and SPF, stage
frequency duration, flood and reservoir routing, rating of hydraulic
structures, and backwater profile computation. The contractor must show
experience and in-house expertise in computer modeling and programming
and in using existing software including current versions of LRD1,
HEC-1, and HEC-2, HEC-RAS, HEC Flood Flow Frequency Analysis, and HEC
Hydraulics Graphics package. This expertise shall include programming
experience on microcomputers and workstations with DOS and Unix
operating systems. It shall also include knowledge of X-Window
programming concepts, networks and World Wide Web technology, and
object-oriented design in programming. Familiarity with the HECDSS data
base such as used in LRD as well as software which utilized data stored
in this data base such as DSPLAY, REPGEN, DSSUTL, and others is also
required. A thorough knowledge of Corps of Engineers policy and
procedures and experience and expertise in sediment transport and
accumulations, existing software HEC-5 and UNET, and water quality work
including quality sampling, analysis, and reporting for large lakes and
streams are also desirable. Firms considered must have at least two
professionally registered and highly skilled engineers with expertise
in hydrology and hydraulics and qualified support personnel to
accomplish requested work. Bound reports with appropriate displays will
be required to present results of the studies. The contractor shall
have capability sufficient to provide total and complete computer
output on all programs used and be capable of installing and debugging
applications software on workstations using Unix operating systems.
They shall also have capability to furnish computerized detailed plots
of water surface profiles and other data using 36-inch 10x10 to inch
cross-section paper. The contractor shall have CADD capability
sufficient to produce plates and plots in format compatible with ETL
1110-2-251 and be produced on a CADD system compatible with the LRD
Intergraph/Microstation CADD system. AutoCAD is not acceptable unless
the contractor can provide AutoCAD produced work that is completely
compatible with the Intergraph System. The contractor shall also be
able to interface data from the HECDSS data base to produce plots on
the CADD system. The contract will be negotiated for a firm-fixed unit
price for an indefinite quantity of hydrologic and hydraulic analysis
services. c. Capacity. Capacity to perform two $150,000 delivery
orders in a 150-day period. The evaluation will consider experiences of
the firm and any consultants in similar size projects, and the
availablity of an adequate number of personnel in key disciplines. d.
Past performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules. e.
Specific Knowledge of Locality. f. The physical locaiton in relation to
the Little Rock District. g. Extent of participation of SB, SDB, and
HBCU/MIs in the proposed contract team, measured as a percentage of the
total estimated effort. h. Volume of DOD contract awards in the last 12
months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24
for general submission requirements. Interested firms having the
capabilities to perform this work must submit one copy of SF 255 (11/92
edition), and one copy of SF 254 (11/92 edition) for the prime firm and
all consultants, 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 of the next business day. Include the firm's ACASS
number in SF 255, Block 3b. For ACASS information, call 503-326-3459.
Indicate in Block 4 of the SF 254 if your firm is a Large, Small, Small
Disadvantaged or Woman-Owned Business. To be classified as a Small
business, a firm's average annual receipts or sales for the preceding
three fiscal years must not exceed $2.5 million. The SF 255 must
contain information in sufficient detail to identify the team (prime
and consultant) proposed for the contract. In Block 4 of the SF 255
insert the number of personnel proposed for the contract (not
necessarily total capacity); consultants as (A) and in-house as (B). In
SF 255, Block 10, describe owned or leased equipment that will be used
to perform this contract, as well as CADD capabilities. Block 10
should also include a Design Quality Control Plan Outline. It should
include a brief presentation of internal controls and procedures that
you use to insure that a quality design is produced. Personal visits
for the purpose of discusisng the contract are discouraged. This
acquisition is being conducted under specific agency delegation of
GSA's exclusive procurement authority for FIP resources. The specific
GSA case number is KAA-53-AD0012. This is not an RFP. See Numbered
Note(s): 1. (0199) Loren Data Corp. http://www.ld.com (SYN# 0014 19960718\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|