Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1996 PSA#1653

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, AttN: CENAN-EN-MR, 26 Federal Plaza, Rm 2143, New York, N.Y. 10278-0900

C -- IDTC FOR PRIMARILY TECHNIAL REVIEW OF FLOOD CONTROL SOL CBAEN5-214-0026 POC Willien Cunnigham, Procurement Assisant, 212-264-9123. Contract information: Indefinite Delivery Type Contract, 150,000 maximum per delivery order, $750,000 maximum per year. The Gov't is responsible for paying the A/E a minimum guarantee amount for both the first & second years of the contract ( if applicable). The first year minimum guarantee is equal to 2% of maximum yeary contract costs or $ 15,000. The second year minimum guarand is egual to 1% of maximum yeary contract cost or $ 7,500.00. Project Information: Primarily Technical Review of Flood Control Projects within the NYD Boundaries. The specific abilities and disciplines required are: Hydrology, hydraulics, and interior drainage analysis and design; Geotechincal structural, civil, electrical, and mechanical engineering; architecture; hazardous, toxic, and radioactive waste, especially with respect to soil, groundwater, and runoff; cost estimating using MCACES Gold software; specification writing; Intergraph-compatibe CADD capability; suveyors with knowledge of surveying techniques associated with flood control projects: Technical writing. Special Qualificationil: Experience in the review of flood control projects including channel modification, Flumes, levees, floodwalls, interior drainage facilities (pump stations, ponding areas, piping systems), closure structures, floodproofing, detention structures (dams)and reservoirs. Design services may also be required. Closing date for submitting SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms should submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. IF subconsulants are to be utilized, a SF254 must be submitted for each subconsultant. These quide lines should be closely followed, since they constitute procedural protocol in the manner in which the selection process in conducted. Evaluation factors in descending order of importance: A. professional qualifications necessary for satisfactory performance of required services. B. Specialized experience and technical competence in the type of work required. C. Capacity to accomplish the work within the required time. D. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. E. Knowledge of the locality and location in the general geographical area of the New York District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. F. 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. G. 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 firms and firms that have not had prior DoD contracts. Start date/Completion: Anticipated start date: February 1997. Term of this IDTC shall be one year from notification of completion of successful negotiations. The contract may be extended one additional year at the discretion of the Government. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvataged firsm in accordance with Public Law 95-507. IF a large business firm is selected, a small business subcontracting plan will be required prior to award. Firms which have not previously applied for New York District projects and firms which do not have a current SF254 on file with the New York District should submit two of the SF254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF254 for their consultants. 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 firm may request a debriefing. B) The A/E's request for a debriefing must be received by the selection chairperson within 30 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 SF254's& SF255's of all firms, who are not short listed, will be held for 30 CALENDAR DAYS after notifications are send out. Three(3) copies of the submittal should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, NY 10278, (212)264-9123. (0218)

Loren Data Corp. http://www.ld.com (SYN# 0016 19960806\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page