Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 23,1997 PSA#1852

U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004

C -- INDEFINITE DELIVERY MULTI-DISCIPLINE ARCHITECT/ENGINEER CONTRACT FOR HYDRAULIC AND HYDROLOGIC SERVICES POC POC Barbara J. Voss, Contract Specialist, 309/794-5219 or Bonnie R. Donelson, Contracting Officer, 309/794-5241 1. CONTRACT INFORMATION: Indefinite Delivery Multi-discipline A/E contracts primarily for Hydraulic and Hydrologic services are to be awarded. Services may include but not limited to stream flow data collection and consolidation (stream gaging)on the Mississippi River, and major tributaries, water quality monitoring, and laboratory analysis, preparation of technical reports, including plans, specifications, and estimates for Civil, Hydraulic and Hydrologic Engineering, flood insurance, economic, environmental, and social analysis studies within the Rock Island District (Iowa, Illinois, Wisconsin, Minnesota, and Missouri). Services are for Civil Works but may include support for other agencies outside the district. Contracts will consist of individually negotiated work orders not to exceed $250,000 each, with a cumulative total not to exceed $1,000,000 during one year period, with an option to extend for two additional years. The Contractor is guaranteed no less than $20,000 the first year and $10,000 for each of the option years, if extended. Estimated contact award dates are Nov 1997 and Aug 1998. Multiple awards may be made. Commencement and completion of work is subject to the requirements of individual work orders. An option period may be exercised early when the amount of the current period is exhausted. If concurrent multiple contract awards are made, work orders will be allocated based upon the Contracting Officer's determination of the special qualifications of the firm; the nature of the work involved in the delivery order; the immediacy of the work and availability of the firm. Distribution of the work will be a secondary consideration. None of the projects have been authorized for design and funds are not presently available for any contracts (see FAR 52.232-18). This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9. Subcontracting goals for this contract are that a minimum of 55% of the proposed subcontracting amount be placed with small business (SB), including small disadvantaged business (SDB), 8.5% be placed with SDB, and 3.0% be placed with small women-owned business. 2. PROJECT INFORMATION: Typical services to provided will include a wide range of engineering and technical studies in the water resources civil field. Specific services anticipated include, but are not limited to: stream gaging for Mississippi and major tributary streams, water quality data collection and laboratory analysis, on-site investigations and analyses related to civil works projects; assessment of site conditions relevant to project performance and design; ground surveys of channel and overbank cross sections of streams; analysis of hydrologic processes including precipitation, runoff, water supply forecast, etc.; collection and analysis of sediment transport and bed material samples; preparation of technical reports; preparation of contract plans and specifications; design of navigation facilities (locks & dams, operatingmachinery and controls), preparation of Water Control Manual for civil works projects; performance of reservoir regulation studies; performance of flood reduction analyses; performance of statistical analysis of hydrological data, the performance of hydraulic analysis of channels; and miscellaneous projects including buildings, camping areas, sanitary facilities, water systems, sheet pile cells, and walls. Applicants are to submit documentation listing completed projects and current capabilities, that demonstrates the applicants ability to competently use various HEC & WES software computer programs. Drawings may be required in English or Metric System units. Design and drawings shall be accomplished using computer-aided design & drafting (CADD) in accordance with EM 1110-1-1807 and Bentley Microstation 95 or later formatted design files. 3. SELECTION CRITERIA: See Note 24 for general selection process. Selection criteria are listed in descending order of importance (first by major criterion and thenby each sub-criterion). Criteria a-g are primary, Criteria h-j are secondary, used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in hydrologic, hydraulic, and water resource engineering as described above. Experience must have been performed within the last five years. b. Demonstrated expertise in the application of the above described computer programs. c. Professional qualifications of personnel to be assigned to project. Evaluation will consider education, training, registration, and the amount and relevance of experience. Personnel provided for these services must be experienced in disciplines which would enable performance on a wide variety of projects. Specifically required will be professional engineers, scientists and technicians with experience in river engineering, hydrology, water resources development, sediment transport, fluvial morphology, and ecology. The following disciplines will be evaluated: (1) Project Manager; (2) Hydraulic/Hydrologic Engineer; (3) Civil Engineer; (4) CADD & Engineering Technicians. d. Ability to meet CADD requirements as specified above. e. Design Quality Assurance: (1) Description of quality control processes used by the firm. (2) Description of approach firm would use to allocate key personnel on this contract if successful offeror. Include organizational chart showing inter-relationship of management and design team components. f. Past performance of contracts with government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. g. Current workload and capacity of firm to accomplish required services on schedule. h. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as percentage of total estimated effort. i. Geographical location of firm and subs to Rock Island, IL to provide good work condition. j. Volume of DOD contract awards in last 12 months. 4. SUBMISSION REQUIREMENTS: Qualified firms desiring consideration shall submit 1 copy of the SF 255 (11-92 Edition) including organizational chart of key personnel to be assigned to this project, a current SF 254 (11-92 Edition) and any subcontractor's current SF 254. Submittals are to be sent to this office within 30 calendar days of this announcement. Firms ACASS No. is to be shown on SF 255, Block 22b. (Call ACASS Center 503-326-3459 for number.) The dollar value of all work for DOD and Corps of Engineers for the past year must be clearly stated in Block 9 of SF 255. Responding firms are required to clearly identify tasks to perform in -- house and those to be subcontracted. Firms must submit the names and supporting qualifications data of all subcontractors. Firms which do not comply with requirements will be considered non-responsive. No other general notification to firms under consideration for this project will be made and no further action is required. This procurement is Unrestricted. The SIC Code is8711. No additional project information will be given to A/E firms. Phone calls are discouraged unless absolutely necessary. (0141)

Loren Data Corp. http://www.ld.com (SYN# 0028 19970523\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page