Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13,1997 PSA#1782

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

C -- NEW YORK & NEW JERSEY HARBOR, NY & NJ NAVIGATION STUDY, FEASIBILITY PHASE SOL CBAEPL-7041-0010 POC Willien Cunningham 212-264-9123. LOCATION: New York & New Jersey Harbor, NY & NJ Navigation Study, Feasibility Phase. 1. Contract Information: The total amount of all work orders will not exceed $3,000,000 per year and each work order will not exceed $1,000,000. Work orders may be issued for a period of one year from the date of contract award. The contract will include an option for two additional years under the same terms and conditions as the basic contract. The minimum guarantee amount for the first year is 2% of the maximum contract cost and 1% for each option year. The government has the right to exercise the option for an additional one year after the monetary limits are reached prior to the expiration of the time period (365 calendar days). 2. Project Information: Indefinite delivery contract to perform various planning and engineering services to perform the feasibility phase study for the Port of New York-New Jersey Navigation Study. The study area includes the Port of New York-New Jersey (the Port), (in the States of New York and New Jersey), primarily, but not limited to, the Arthur Kill, Kill Van Kull, Newark Bay, Ambrose, Bay Ridge, Buttermilk, Gowanus, East River, Newtown Creek, Port Jersey and Claremont Channels, associated anchorage areas, related terminal facilities and land based transportation systems. The feasibility study will examine all alternatives for improvements to the entire port. 3. The specific abilities and disciplines required include (but not limited to): Project Manager, Civil Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Chemical Engineer, Hydraulic Engineer, Hydrographer, Hydrologist, Hydrodynamic Modeler, Surveyor, Technical Writer, Economist, Planner (Urban and Transportation), Geotechnical Engineer, Architect, Coastal Engineer, Environmental Engineer, Cost Engineer, Geologist, Draftsperson/CADD Operator, and GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst). A Chemist, Biologist, Archaeologist, Historian, Benthic Ecologist, Geomorphologist and Real Estate Specialist will be required to integrate environmental reports from others into the main report. Economic forecasting, multi-port analysis (including the concept of the "Hub-Spoke" system with the Port of New York as a "Hub-port"), port facility and channel design, bathymetric and topographic surveying, transportation planning, civil, hydraulic/marine and structural engineering, cost estimating, technical report writing, computer applications including GIS (ArcInfo) and CADD (Intergraph Microstation) capability will be needed. Also included will be a dredging needs analysis. Studies will include the analysis of trends in the shipping industry, an assessment of the Port's competitiveness and the impacts of other ports, and the current status of the Port. 4. Special Qualification: Expertise with navigation planning and procedures, ship and port operations and design, transportation (intermodal) systems analysis, channel design, subsurface investigations, remote sensing, underwater drilling, blasting, andmechanical removal of rock, dredged material disposal site investigations, siting, and design and marine structural design. Experience in Army Civil Works planning procedures including feasibility studies, plan formulation, determining feasibility and environmental impacts, and designing deep draft navigation projects. In addition, the firms should indicate their M-CACES experience for civil projects, Microsoft Project scheduling experience, and 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 in Block 10 of the SF 255 form. 5. Closing date for submission of SF 255: Thirty (30) calendar days after advertisement. 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 the November 1992 version of SF 255 and SF 254. The SF 254 should reflect the overall firms capacity, whereas the SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If subcontractors are to be utilized, a SF 254 must be submitted for each subcontractor. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. 6. 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 time required, d. Past experience 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 location in the general geographic area of the study area, 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, which the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not has prior DOD contracts. 7. Start date/Completion: June 1997/December 1999. 8. 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 practical extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, an acceptable small business subcontracting plan shall be submitted prior to award. 9. Firms which have not previously applied to New York District projects and firms which do not have a current SF 254 on file with the New York District should submit two copies of their SF 254 with their response to this CBD announcement. Firms using consultants should submit copies of the SF 254 for their consultants. 10. Notifications: a. Notification of all firms will be made within ten (10) calendar 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 firms and that the firm may request a debriefing. b. The A/E's request for a debriefing must be received by the selection chairperson within thirty (30) days after the date on which the firm received notification. c. Debriefing(s) will occur within fourteen (14) days after receipt of the written request. d. Copies of all SF 254's & SF 255's of all firms, who are not selected will be held for thirty (30) calendar days after notifications are sent out. 11. Three (3) copies of the submittal should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, NY 10278-0090, (212) 264-9123. (0041)

Loren Data Corp. http://www.ld.com (SYN# 0021 19970213\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page