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