Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1997 PSA#1869

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900

C -- FT. DIX IDTC #6&7 ENVIRONMENTAL CONTRACTS POC Willien Cunningham, (212)264-9123. U.S. ARMY CORPS OF ENGINEEERS, NEW YORK DISTRICT 26 FEDERAL PLAZA, NEW YORK, NEW YORK 10278-0090, ATTN: CENAN-EN-MR C ARCHITECT-ENGINEER SERVICES FOR INDEFINITE DELIVERY CONTRACTS #6 & #7 FOR GENERAL ARCHITECTURAL/ENGINEERING SERVICES, PRIMARILY ENVIRONMENTAL ENGINEERING FOR FT. DIX & ITS SUPPORTING AREAS. SOL CBAEEN-5122-025 POC MORRIS BURLSON. 212-264-9123, -- Location of Work: Fort Dix Boundaries and supporting areas. Scope of Services required: Prepare planning studies including DD-1391's and/or Project Design Brochures, site surveying and field investigations, preparation of design and construction documents, including plans, specifications and cost estimates, and design analysis and construction services for various projects to include, but not limited in scope to primarily environmental engineering services. The environmental work requirements will include but not limited to: developing sample plans for sampling and testing asbestos containing materials (ACM) and other toxic materials, sampling and testing for ACM and other toxic materials in existing facilities, studies, risk assessments and reports recommending asbestos and other toxic material abatement, removal and and/or demolition methods and procedures, preparation of plans, specifications, design analysis and cost estimates for construction, demolition, abatement and/or removal of ACM and/or other toxic materials and/or structures containing ACM and/or other toxic materials. Preparations of Environmental Assessments, New Jersey Department of Environmental Protection permit applications, Soil Conservation District Applications, Pinelands Comprehensive Management Plan application for development and County Septic System approval applications which require sealed and stamped drawings by a Professional Engineer (PE) in the State of New Jersey. In addition, work may also consist of the performance of remedial investigations/feasibility studies for leaking underground storage tanks, preparation of plans, specifications, cost estimate for the installation of ground water monitoring wells, the collection and analysis of ground water, surface water, sludge and soil samples, preparation of operation and maintenance contract specifications for the repair, maintenance of sewage/potable water facilities, cultural and pre-historic archeology surveys/assessments. Projects outside the primary area of responsibility may be added at the Governments discretion upon agreement of the selected firm(s). These services shall be provided under two (2) Indefinite Delivery Contracts. The cumulative amount of all delivery orders for each contract shall not exceed $1,000,000.00 and each delivery will not exceed $1,000,000.00. Delivery Orders for each contract may be issued for a period of one year from the date of contract award or until the $1,000,000 limit is reached, whichever comes first. Each contract will include an option for two additional years under the same terms and conditions of the basic contract. The Government's obligation to guarantee a minimum amount for payment will apply to both the first, second and third years. The guaranteed minimum is $20,000 for the first year and $10,000 for the second and third years. Technical capability required. Full in-house capability preferred. Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure Quality Control. The (Prime) firm must identify in their submittal, the quantity and number of personnel in each discipline available in their working office. A AQ/QC plan must be included in their submission. The (Prime) firm's staffing must include experienced professionals (PE) in the following areas of expertise, Environmental Engineering, Asbestos/Lead/Toxic and Hazardous Materials, Environmental/Toxic and Hazardous Waste, Archeology, Biology, Hydrogeology and Hydraulics, Geology and Soil, Water, Material Sampling and Lab Testing. Since the A/E services are primarily Environmental in scope, the prime should have full in-house capability with this discipline and have onstaff, an Environmental Engineer licensed in the State of New Jersey. Also the firm should have on staff, a New Jersey Licensed Professional Engineer (PE) certified by the State of New Jersey to sample and test for Asbestos and other toxic materials. The selected firm shall be required to review all phases of In-house designs and sign and seal the In-house drawings as required. The firm must be able to identify the following support personnel: Architects, Civil, Structural, Mechanical, Electrical and a Licensed Fire Protection Engineer. Landscape Architects, Interior Designers, Surveyors, Estimators, Technical /Specification Writers, Drafters, and Construction quality Assurance/Project Management personnel. Maintenance and repair design experience, and new construction design experience is required. Familiarity with design is preferred for major disciplines. The firm must also identify a NFPA Certified Fire Protection/Detection Specialist and a Licensed Industrial Hygienist. Lead/Asbestos professional registration in the State of New Jersey. Special Qualifications: Previous experience with design of projects on military installations is preferred. Experience in the preparation of Project Funding Justification Document (DD1391) is also preferred. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management Systems (ARMS) via a Hayes or compatible modem, through an IBM compatible PC. Past experience with the Corps M-CACES Gold Cost estimating program and Excel 4.0 or the firm's capability to use these programs are required. In addition, firms should indicate their CADD capability and Intergraph capability. The firms must also be able to strictly adhere to the following Geographic Information System (GIS) format: In order to facilitate the integration of environmental, facilities, and planning data into the Fort Dix Geographic Information System all spatial data delivered by the CONTRACTOR must be submitted in digital format in addition to the hard copy requirements as stated in this contract. Additionally, all final reports and textual data shall be delivered in digital format. 1. Media For Delivery of Data All digital data, as outlined in this section, shall be delivered on one of the following media: 1. Compact Disc 2. 3.5 inch high density floppy diskette 3. 8mm Data Cartridge 1. Data Collected through the Global Positioning System All data collected by the CONTRACTOR utilizing GPS equipment shall be delivered as an ASCII file in a format compatible with Intergraph's MGE ASCII Loader. Many GPS software systems directly output into the Intergraph format, therefore this should not prove to be an undue burden. Additionally, at the Army's request, the CONTRACTOR shall provide the original corrected and uncorrected GPS files for verification and confirmation of attribution and position. The corrected positional accuracy shall not exceed 1 meter in accuracy. The coordinate system, units, and formats shall conform to those outlined below in section 3. I. Data Delivered in Graphics Format (Data without attribution) All CADD and GIS data deliverables required under this contract shall be delivered by the CONTRACTOR in MicroStation (Ver. 5.0 or later) design (.dgn) file format. Such a file will conform to the parameters listed below. Upon request, the Army will provide a seed file to the CONTRACTOR which conforms to these standards to assist in the creation of new files. Coordinate System Coordinate System: State Plane 1983 -- Zone 2900 (New Jersey) Geodetic Datum: North American 1988 Ellipsoid: GRS80 Units and Formats Geographic Units: degree:minute:second Format: Longitude, Latitude ; Positive N,E Precision: 1.00E-04 Projection Units: feet Format: Easting, Northing Precision: 1.00E-03 Distance Units: feet Precision: 1.00E-03 Angular Units: degrees Precision 1.00E-06 Vertical Datum & Heights Vertical Datum: North American Vertical Datum 1988 Height Type: Orthometric Undulation Model: Average Undulation Height: Units: feet Precision: 1.00E-03 Geocentric Units: feet Precision: 1.00E-03 Spherical Model Model Type: Equatorial Model Parameters: 20925646.32 Radius: 5 ft. 1. Data Delivered in GIS Format The CONTRACTOR is required to adhere to the Tri-Service Spatial Data Standards (TSSDS) in all data collection, attribution, and graphical representation as they apply to the contract. A copy of the TSSDS is available via the World Wide Web at [http://mr2.wes.army.mil/] or from: Tri-Service CADD/GIS Technology Center 3909 Halls Ferry Road Vicksburg, MS 39180-6199 1-800-522-6937. All Geographic Information System data delivered shall be compatible and directly importable into the current Fort Dix GIS. The data delivered shall be in Arc/Info export format or as an Intergraph MGE ASCII file. The coordinate parameters shall match those stated in section 3 above. 1. Reports and Textual Data All Reports and textual data shall be delivered in digital format. Said reports shall be in Microsoft Word, Excel, PowerPoint, or Access format. The closing date for submitting SF255 is 30 days after the advertising date. If this date falls on a Sunday or holiday, the closing date will be the next business day. Firms should submit their qualifications on 11-92 version of the SF255 and SF254. The SF254 should reflect the firms overall capacity, whereas, SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guide lines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance. Personnel qualifications necessary for satisfactory performance of required services (PE). Specialized experience and technical competence in the type of work required. Capacity to accomplish the work within the required time. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Location in the general geographical area of the New York District boundaries and knowledge of the localities provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Extent of participation of small business, 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. Volume of work previously awarded to the firm by the Department of Defense with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Appropriate start date: December 1997 and Appropriate Completion Date: December 1999. Small and Small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested Contractors are reminded that the successful Contractor will be expected to place sub-contracts to themaximum practical extent with small and disadvantaged firms in accordance with Public Law 95-507. If a large business is selected, a small business subcontracting plan will be required prior to award. Notification of all firms will be made within 10 calendar days 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. The A/E's request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. Debriefing(s) will occur within 14 calendar days after receipt of the written request. Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittal should be sent to Mr. Morris Burlson, CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, New York 10278-0090, 212-264-9123 (0125). (0167)

Loren Data Corp. http://www.ld.com (SYN# 0017 19970618\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page