Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1998 PSA#2083

Panama Canal Commission, Contracting Division, Unit 2300, APO, AA 34011-2300

C -- ARCHITECT AND ENGINEERING SERVICES SOL A-E 170001 DUE 051498 POC Tom Duncan, Contract Specialist, (507) 272-7826, Gaston Schatan, Contracting Officer, (507) 272-7205 CONTRACT INFORMATION: The Panama Canal Commission, requires an Indefinite Quantity/Indefinite Delivery, Firm-Fixed Price, Architect-Engineer Contract for Environmental Services and Related Responsibilities. Primary services to be provided include baseline investigations, reviews, assessments and the preparation of reports for a variety of activities pertaining to the development of navigation locks, hydropower projects, water supply tunnels and channels, water supply dams, navigation channel enlargement, comprehensive watersheds studies, water resource planning in general, ecosystem evaluation, environmental studies, cultural resources studies, socio-economic studies, wetlands evaluation and delineation, fish and wildlife habitat impact evaluation, and GIS support services. The location of services required may be anywhere within the boundaries of the Country of Panama and generally around the Canal area and watershed. The contract will be for a base period not to exceed one year with two option periods not to exceed one year each. An option period may be exercised when the amount of the current period cost ceiling has been exhausted. The cost ceiling of all tasks orders for the base year will not exceed $1 Million. Each optional contract period value will not exceed $1 Million. EAch task order will be limited to $500,000.00. 2. PROJECT INFORMATION: The A-E contractor will be required to provide the appropriate personnel, materials and equipment necessary to perform items of work to be accomplished which will relate principally to reconnaissance investigations, reviews and assessment studies that require engineering, economic, operational, social and environmental evaluations of concept recommendations and alternatives actions. Environmental study activities shall include preparation of Environmental Evaluations and Environmental Impact Assessments to predetermined criteria for projects up to the conceptual design level. Items of work will typically consist, in whole or in part, of initial investigation and/or review of site conditions; gathering and generation of required environmental data; necesssary coordination; participation in meetings; planning and/or design synthesis, development, writing and preparation of reports; and reproduction of reports as identified in the task orders. Desktop computer graphics, publishing, CADD/GIS stations, and PC support capabilities are required for data and information management. Principal fields of expertise include, but are not limited to (1) basic engineering; (2) hydrology and hydraulics including water quality; (3) sociology, economics and demographics; (4) landscape architecture, natural and cultural resources, wildlife management and resource planning. 3. SELECTION CRITERIA: See Note 24 for general selection process. The following selection criteria listed below in descending order of importance shall be considered primary selection criteria. (a) Qualified registered professional personnel in the following key disciplines: engineering as defined above, architecture, and landscape architecture. Adequate professional personnel with experience in the principal fields of expertise as listed under PROJECT INFORMATION. Professional qualifications of key personnel will be based upon education, experience, and professional licensing or registration. Relevant training and certification will also be considered. A list of all personnel certifications and licenses should be submitted. (b) Specialized experience and technical competence of the prime firm and any subcontractors in (1) the technical and administrative requirements of the U. S. Federal environmental protection statutes and policies including, but not limited to, the National Environmental Policy Act, the Clean Water Act, the Endangered Species Act, and the National Historic Preservation Act (2) the study, conceptualization of solutions and project site selection and design (3) incremental cost and benefit calculations and habitat unit estimation using HEP (4) CADD computer technology so as to be able to deliver drawings in a format compatible with the AUTOCADD system (5) water supply system analysis, simulation and design and (6) small remote water supply dam site investigations. (c) Capacity of the firm to accomplish the anticipated work in the required time. Ability of the firm to perform work on several task orders simultaneously. (d) Past Performance on Government and other private contracts with respect to cost control, quality of work, and compliance with performance schedules. (ACASS reports will be used for past performance on Government projects). Criteria e-h are listed in descending order of importance. They are considered secondary selection criteria and will only be used as "tie-breakers" among technically equal firms. (e) Knowledge of the locality of the Panama Canal. (f) Location of the firm. (g) Volume of contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit a current completed Standard Form 255 (SF 255, 11/92 edition),"Architect-Engineer and Related Services Questionnaire for Specific Project" and any supplemental information which documents the firm's qualifications. Firms must submit a detailed quality control plan with their proposal that outlines specific quality control procedures for this contract and specifically addresses quality control procedures between the prime and any subcontractors. Firms must also submit a list of their significant equipment and software, including email and ftp capabilities that are intended to be used on this contract. All responding firms which do not have a current (within the past 12 months) SF 254 on file with this office must also furnish a completed current SF 254. Include the firm's ACASS number in SF 255, block 3b. FOR ACASS information, call (503) 808-4591 or 4950. Interested frims must provide submittals to the above address not later than 4:00 PM Eastern Standard Time on the 30th calendar day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business of the next business day. Submittals after this date and time will not be considered for selection. This is not a request for proposal. (0114)

Loren Data Corp. http://www.ld.com (SYN# 0019 19980428\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page