Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR 26 Federal Plaza, Rm 2133, New York, N.Y. 10278-0900

C -- ARCHITECT-ENGINEER SERVICES, INDEFINITE DELIVERY CONTRACT #158 FOR DREDGING & COASTAL ENGINEERING SERVICES WITHIN THE NEW YORK DISTRICT BOUNDARIES SOL CBAEEN-6254-0002 POC Willien Cunningham, Procurement Assistant, 212-264-9123. Location of work: Dredging and Coastal Engineering Services within the New York District Boundaries primarily along the Atlantic Coast of New Jersey, from Sea Bright to Manasquan Inlet, Monmouth County, and offshore areas of the Atlantic Ocean. Scope of services required includes the following: Preparation of investigations, studies, reports, cost estimates (M-CACES GOLD), cultural, environmental and risk assessments for the analysis of alternatives to include, but not be limited to, the establishment of a new borrow area, analysis of ordnance exclusion devices for dredges, and a plan for ordnance cleanup of borrow areas so that an ordnance exclusion device is not required. Investigations shall include, but not be limited to, performance of onshore and offshore investigations to include borings, corings, seismic, and investigations of impacts to biological and cultural resources and seismic profiling of underwater areas, vibracores, bathymetric soundings, grain size distributions, remote sensing for underwater ordnance. Upon the completion of the alternative analysis the preparation of design and construction documents may be required. These services will be provided under an indefinite delivery contract. Delivery orders may be issued for a period of one year from the date of contract award. This contract will include an option for two additional years under the same terms and conditions as the basic contract. The cumulative amount of all delivery orders for this contract shall not exceed $1,000,000 for the first year and $1,000,000 for each additional year. Each delivery order shall not exceed $1,000,000. The Government's obligation to guarantee a minimum amount for payment will be $20,000 for the first year and $10,000 for the second and third years respectively. At the Government's option the option years may be exercised for an early award once the annual limit is reached. Technical capability required: The preference is for a well staffed Prime consultant with experience in dredging and coastal processes. The specific abilities and disciplines required are: Project Manager, Planner, Civil Engineer, Mechanical Engineer, Hydraulic Engineer, Coastal Engineer, Coastal Geomorphologist, Geotechnical Engineer, Geographic Information Systems Specialist/Programmer, Environmental Scientist. Biologist/Wildlife Biologist, Underwater Archaeologist, Cost Engineer, Ordnance Expert, Safety Expert, HTRW Disposal Expert, Remote Sensing Expert, Hydraulic & Mechanical Dredging Expert, Surveyors. Ability to perform the field investigations noted in the Scope of services, above. Specialized Qualifications: The team must have experience in the following: (1) Ocean dredging planning and dredging cost estimating, (2) coastal processes, and beachfill material grain size compatibility analyses, (3) interpretation of ocean sub-bottom seismic recordings and development of location of beachfill quality sand resources, (4) remote sensing and underwater investigations for sand resources, ordnance and cultural resources, (5) hazardous, toxic and radioactive wastes (HTRW) training, unexploded ordnance evaluation and remediation, and (6) knowledge of permitting requirements for HTRW. In addition, the firms should indicate their M-CACES experience for civil projects, Intergraph CADD and GIS (ArcInfo) abilities, the QA/QC plan on how the Prime consultant will manage their team to ensure that quality products are delivered to the New York District, and MicroSoft Project scheduling experience in Block 10 of the SF255 form. Firms using multiple offices should indicate in the SF255 on the individual resumes the working office for that individual. The SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific contract referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. 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. 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. Location in the general geographical area of the New York District boundaries and knowledge of the localities provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 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: April 1997. 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 disadvantaged firms 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 SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants. Notification of all firms will be made within 10 calendar days after approval of the Final Selection. Notification will NOT be sent after Preselection approval. Firms not among the most highly qualified firms may request a debriefing. 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. Debriefing(s) will occur within 14 calendar days after receipt of the written request. Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittal's should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, NY 10278, (212) 264-9123. (0268)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960925\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page