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