Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 20,1996 PSA#1746

USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896

C -- IDT CONTRACT FOR PLANNING, ENGINEERING AND ENVIRONMENTAL (NEPA) PROGRAMS WITHIN THE KANSAS CITY DISTRICT SOL EPXXXX-6324-0101 POC Contract Specialist Georgann Butler (816) 426-5542 (Site Code DACW41) 1. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Type Contract for the preparation of flood damage reduction studies, hydrologic and hydraulic studies, reconnaissance and feasibility reports, plan formulation studies and eports, economic surveys and reports, design and plans and specifications, estimating, geographic information systems (GIS), environmental assessments and studies, cultural resources surveys and reports, with limited HTRW work. This contract will include cntinuing funding clauses. The contract will be accomplished by separate delivery orders not to exceed $1, 000, 000.00 with the cumulative amount of the contract limited to $1, 000, 000.00 for a base period not to exceed 12 months, with two optional base periods each not to exceed 12 months or $1, 000, 000.00. The method used to allocate task orders among contracts will include consideration of experience, work load, prformance, proximity of the firm to the project, and user needs. The contract is anticipated to be awarded February 1997. 2. PROJECT INFORMATION: This project includes the possible preparation of any of the aforementioned studies, designs, reports, assessmnts or other documents. 3. SELECTION will be based on the following criteria in priority as listed. Items a. through d. are the primary selection criteria. The criteria in e. through g. will only be applied as a tie-breaker. a. Professional capabilities. (1) Responding firms shall demonstrate capability in these disciplines: civil engineering, hydraulic engineering, hydrology, geotechnical engineering, structral engineering, economics, cost engineering, CADD and GIS operation, archaeology, biology, and sociology. (2) Professional registration of lead designers. b. Specialized experience and technical competence. In Block 8 cite whether the experience is that o the prime (or joint venture), consultant or an individual. In addition to the 10 relevant project allowed in Block 8, an additional five projects for vertical type construction may be listed. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 3.b. shall be so labeled. Specific specialized experience includes: (1) Engineering and planning expeience in levee and channel modification design; roadway and drainage structure design, Corps flood damage reduction reconnaissance and feasibility studies, hydrologic studies to include rainfall runoff analysis and reservoir yield computations, hydraulic sudies of open channel flow (steady and unsteady state conditions utilizing HEC programs), river mechanics, stream bank stabilization, and sediment transport; environmental restoration, economic analysis, and risk analysis will be ranked higher than NEPA work. Preparation of NEPA documents and related socioeconomic studies, wetland inventories, and cultural resource planning effort described above will be used a secondary experience. Repair, maintenance, and design of vertical type construction will be used as a tie-breaker. (2) Expertise and capability in developing civil and hydraulic designs with geotechnical and structural support for plans, specifications, ad construction cost estimates for similar projects. (3) Experience similar to the above projects primarily within geographical boundaries of the Kansas City District. (4) In Block 10 of the SF 255 cite the following: (a) Quality Management procedures. Include a proposed organizational chart and a narrative description of how the quality management procedures will function. (A detailed quality contrl plan will be submitted by the A-E as part of the negotiations process.) (b) Experience in preparing drawings compatible with Intergraph Microstation 5.0 or higher. (c) Experience in the use of either MCACES Gold of Composer Plus should be indicated. (d) xperience with specific analytical tools and criteria. c. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity to accomplish the work. e. Location of firm in general geographical area of the Kansas City District. f. Large business will be expected to place subcontracts the maximum extent with Small and Small Disadvntaged firms in accordance with Public Law 95-507. The plan is not required with the submittal, but changes to the design team may require reconsideration by the Selection Board and must be approved prior to award to any large business. Of the subcontract mount, goals assigned the KCD are 35% percent for small business, 6% percent for small disadvantaged business and 3% percent for women-owned small business concerns. Small Disadvantaged Business Goals for less than 5 percent must be approved two levels above the Contracting Officer, pursuant to DOD FAR Supplement 219.705-4. For informational purposes, the Small business size for this solicitation is one wherethe average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years does not exceed $2.5 million, the Standard Industrial Classification Code (SIC) is 8712. g. Volume of DOD contracts awarded in the last 12 months to the rime A-E firm. In Block 10 of the SF 255, responding firms should cite all contract numbers, award dates and total negotiated fees for any DOD contracts awarded within the last 12 months to the office expected to perform this work. Please indicate all delivery orders awarded your firm by DOD agencies within the last 12 months under and indefinite delivery type contract, regardless of the award date of the ontract itself. Indicate date of delivery orders and fee for each. Modifications to contracts or task orders which were awarded prior to the last 12 months need not be listed. 4. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform tis work must submit an SF 255 to the address listed below no later than the close of business (January 16, 1997, 4 p.m. Kansas City Time). Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted with the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. Solicitation packages are not provided. This is not a request for propoal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CEMRK-CT- M/Murray 757 Federal Building, 601 E. 12th Street, Kansas City, Missouri 64106-2896. 5. QUESTIONS: Questions of a technical nature should be addressed to James Goering at 816426-5069 and those of an administrative nature to Vera Murray, Procurement Assistant, at 816-426-5343. (0353)

Loren Data Corp. http://www.ld.com (SYN# 0029 19961220\C-0015.SOL)


C - Architect and Engineering Services - Construction Index Page