|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1997 PSA#1846US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 C -- MULTIDISCIPLINARY PLANNING SERVICES, NEW ORLEANS, LA SOL
DACW29-97-R-0045 POC Contract Specialist, Betty Knight at (504)
862-1099, Contracing Officer, Martha Sloan at (504) 862-1161 CONTRACT
INFORMATION: A/E services are required for multidisciplinary planning
services that include tasks related to civil works projects involving
flood control; hurricane protection; basin-wide hydrologic modeling;
coastal wetlands; evaluation of water distribution and wastewater
treatment facilities; navigation; recreation; fish and wildlife
resource enhancement; water quality management; socioeconomic analyses;
and other water resources problems and needs. This announcement is open
to all businesses regardless of size. This is an indefinite quantity
task order contract for one base period with an option to extend for
two additional periods. Base and option periods shall not exceed one
year each. Award is scheduled for October 1997. The contract amount for
each period shall not exceed $1,000,000. Individual task orders shall
not exceed the period award limit. If a large business is selected for
this contract, it must comply with FAR 52.219-9 regarding the
requirement for a subcontracting plan on that part of work it intends
to subcontract. The plan is not required with this submittal. 2.
PROJECT INFORMATION: Projects may be at any stage, from the initial
planning stage to the operational and maintenance stage. Planning and
evaluation studies will be required in a variety of potential subject
areas including: navigation projects, flood control and hurricane
protection projects, environmental restoration projects, freshwater
diversion projects, recreation projects, water supply projects, and
other multi-purpose projects. Typical tasks include gathering data and
preparing reports for inclusion in initial evaluation, reconnaissance,
feasibility, or post authorization change studies for congressional and
continuing authorities programs. Studies will also include work in
environmental assessments and impact evaluations; recreation
development, marine, inland waterway and general transportation
economics, and logistical planning; benefit-cost, financial, and market
analysis; data collection and field investigations; and database design
and management. Economic and social analysis tasks may include
developing project-related data bases and structure inventories,
preparing projections of economic and socioeconomic phenomena,
identifying area and regional social and economic profiles, performing
flood damage appraisals, conducting recreational use surveys, etc.
Environmental impact analysis may include gathering data, describing
habitats and populations, preparing environmental impact assessments
and statements to meet NEPA requirements, or conducting hazardous,
toxic, and radioactive waste (HTRW) initial site assessments according
to ASTM E 1527-93. Personnel with experience in the following
disciplines are required: hydrology; geology; geomorphology; civil,
structural, geotechnical, and environmental engineering; industrial
hygiene, cost estimating; wetland biology; coastal ecology; habitat
quality assessmet; water quality; flood damage assessment; economics;
sociology; statistics; recreation planning; forestry; real estate
appraisal; illustration/cartography; computer programming; computer
aided drafting, geographic information systems, archeology; surveying;
general contracting; and history. Resumes (Block 7 of the SF 255) must
be provided for key personnel, including subcontractors, and must
clearly demonstrate experience in each of the above areas. The work
locations will generally be located in southern Louisiana. 3. SELECTION
CRITERIA: See Note 24 for general selection process. The Selection
criteria are listed below in descending order of preference. Criteria
a-d are primary factors. Criteria e-g are secondary and will only be
used as "tie-breakers" among technically equal firms. a. SPECIALIZED
EXPERIENCE AND TECHNICAL COMPETENCE of the firm and its subcontractors
in the various engineering, economics, and environmental disciplines
and knowledge of the locality and site conditions prevalent in southern
Louisiana. b. PROFESSIONAL QUALIFICATIONS of key personnel considering
education, experience, licensing, registration, professional
societies, and certificates. c. CAPACITY TO ACCOMPLISH THE WORK
considering available experienced personnel in key disciplines. d. PAST
PERFORMANCE on DOD and other contracts. e. GEOGRAPHIC PROXIMITY:
Location of the firm in the general geographic area. f. VOLUME OF DOD
contract awards within the last twelve months as described in Note 24.
g. SB and SDB PARTICIPATION: 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 total estimated team effort.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested firms having the capabilities to perform this
work must submit five (5) copies of SF 255 (11/92 edition) and five
(5) copies of SF 254 (11/92 edition) for the prime firm and all
subcontractors, to the above address not later than the close of
business on the 30th day after the date of this announcement. If the
30th day is a Saturday, a Sunday, or a Federal Holiday, the deadline is
the close of business of the next business day. Include the firm's
ACASS number in SF 255, Block 3b. For ACASS information, call (503)
326-3459. In Block 10 of the SF 255 describe the firm's quality control
plan, including the coordination of subcontractors. Solicitation
packages are not provided. This is not a request for proposal.
Overnight or courier type mail should be sent to the following address:
U.S. Army Corps of Engineers, New Orleans District, CELMN-CT-T, Attn:
Betty Knight, Foot of Prytania Street, New Orleans, LA 70118-1030.
Refer to Announcement No. DACW29-97-R-0045. (0133) Loren Data Corp. http://www.ld.com (SYN# 0032 19970515\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|