|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1996 PSA#1675USDA-Forest Service, Pacific Northwest Region, 333 SW First Avenue, PO
Box 3623, Portland, OR 97208-3623 R -- PROFESSIONAL ENGINEERING SERVICES -- ROAD AND RETAINING WALL
DESIGN PROJECT, PACIFIC NORTHWEST REGION OF THE FOREST SERVICE (STATES
OF OREGON AND WASHINGTON) SOL R6-97-822 DUE 101096 POC Contact,
Procurement and Property Management, 503/326-3581 Brooks Act
Architect-Engineer contracting procedures will be utilized to award
multiple Indefinite Delivery-Indefinite Quantity (Task Order) contracts
as a result of this advertisement. Awards will be for a one-year
period, beginning in Fiscal Year 1997, with four additional one-year
option periods. The number of contracts awarded will be determined in
consideration of responses to this ad and the program of work at the
time of evaluation. With the program of work not yet in place for
Fiscal Year 1997, the Government reserves the right to not award at
all. These contracts will cover professional Architect-Engineer
services required for road and/or retaining wall design, and related
services, including any or all of the following elements: (1) survey;
(2) design - field reconnaissance, preliminary and final design,
drawings, design computations, estimate of quantities, special project
specifications, construction cost estimates, developing construction
staking notes, construction staking, and construction inspection; (3)
design review - review of designs done by others, including
calculations, drawings, quantities and cost estimates, and
specifications; and (4) engineering technician services, provided on an
hourly basis, for such things as flood damage assessments, road survey,
road design, and/or construction inspection. Road designs may include:
aggregate or asphalt surface designs; design of drainage structures,
including major culverts; slope stabilization design; materials
sampling and testing; debris racks for culvert inlets; temporary
erosion control measures. Government-furnished property to be provided
after contract award includes all applicable Forest Service handbooks
and standard specifications applicable to road design and retaining
wall design. The following criteria will be applied in evaluating firms
for award. CRITERIA REQUIRED BY FEDERAL ACQUISITION REGULATIONS (FAR)
36.602-1(a): (1) Professional qualifications 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 in 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 project
and knowledge of the locality of the project (provided that application
of this criterion leaves an appropriate number of qualified firms,
given the nature and size of the project; and (6) acceptability under
other appropriate evaluation criteria (following). CRITERIA REQUIRED BY
DEPARTMENT OF AGRICULTURE ACQUISITION REGULATIONS (AGAR) 436.602-1(a):
(7) Computer-assisted drafting capability and capacity using AutoCad
(tm) compatible software; (8) adequacy of facilities for performance of
the work including those necessary to provide specialized services that
may be required; (9) volume and nature of present workload as it
relates to ability to perform the work required; (10) experience and
qualifications of proposed key personnel, including specialized
technical skills, project coordination and management skills, and
experience in working together as a team; (11) availability of
additional contractor personnel or consultants to support expansion or
acceleration of the project. CRITERIA REQUIRED BY FOREST SERVICE
ACQUISITION REGULATIONS (FSAR) 4G36.602-1(a): (12) Volume of work under
previously awarded Forest Service contracts. (Evaluation of the volume
of work previously awarded by the Forest Service, with the objective
of effecting an equitable distribution of contracts among qualified A-E
firms, including minority firms, that have not had prior Forest Service
experience; (13) subcontracting with certified 8(a) or other small
disadvantaged businesses (that is, potential contractors who are
subcontracting, or will subcontract, with certified 8(a) or other small
disadvantaged businesses). These firms will continue to receive
preference until small business goals have been met. (GAO decisions
B-223059 and B-223243); (14) proposed use of ''recovered materials''
(FAR 23.402) or other technical methods which show a superior approach
in use or disposal of materials. NO SOLICITATION EXISTS. Interested
firms shall submit Standard Form (SF) 254, Architect-Engineer and
Related Services Questionnaire, to provide information concerning the
firm's general qualifications; and SF-255, Architect-Engineer and
Related Services Questionnaire for Specific Project, to provide more
detailed information concerning qualifications for specific work listed
herein. FIRMS DO NOT NEED TO RESPOND TO ALL CATEGORIES OF WORK IN ORDER
TO BE CONSIDERED; firms may limit their response to ANY of the
following major categories of work required: survey, road design,
retaining wall design, or engineering technician services. Five (5)
copies of the SF-254 and SF-255 submittals are required. Section 10 of
the SF-255 must be limited to twelve pages single sided or six pages
double sided; additional material submitted with the SF-254 and SF-255
will not be considered. Responses are due 4:30 P.M., local time,
October 10, 1996. Envelopes containing SF-254 and SF-255 submittals in
response to this ad should place the following in the lower left hand
corner of the envelope: R6-97-822, Roads, Due October 10, 1996. See
Numbered Note 1. (0249) Loren Data Corp. http://www.ld.com (SYN# 0053 19960906\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|