|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1998 PSA#2126U.S. Army Corps Of Engineers, Pittsburgh District William S. Moorhead
Federal Building, 1000 Liberty Avenue, Room 727, Pittsburgh, PA
15222-4186 C -- ARCHITECT AND ENGINEERING FOR PLANNING AND RELATED
RESPONSIBILITIES SOL DACW59-98-R-0015 DUE 072998 POC Janet E.
Laukaitis, Contract Specialist (412) 395-7476 : Michele R. Hutfles,
Contracting Officer (412) 395-7479 1. CONTRACT INFORMATION: The U.S.
Army Corps of Engineers, Pittsburgh District, requires an Indefinite
Delivery, Firm-Fixed Price, Architect-Engineer Contract for Planning
Services and Related Responsibilities. Primary services to be provided
include investigations and the preparation of reports for a variety of
activities pertaining to navigation, flood control, water quality,
water supply, waste water treatment, recreation, acid mine drainage
abatement, comprehensive watershed studies, water resource planning in
general, ecosystem restoration, environmental dredging, as well as
other Corps of Engineers planning responsibilities including, but not
limited to, flood insurance/flood plain-related studies, project master
planning studies, environmental studies, cultural resources studies,
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 Pittsburgh District or other assigned locations. 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 task 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 $250,000.00. Pursuant to
the Small Business Competitiveness Demonstration Program established by
PL 100-656, ""Business Opportunity Development Reform Act of 1988",
this procurement will be unrestricted and any resulting award will be
made pursuant to the above program. FAR 52.219-9 regarding the
requirement for a subcontracting plan must be complied with relative to
this requirement. The subcontracting goals for this contract are that
a minimum of 20% of the contractor's intended subcontract amount be
placed with small businesses (SB) including small disadvantaged
businesses (SDB), and 5% be placed with SDB. The subcontracting plan is
not required with this submittal. Service contract rates must be paid
where applicable. 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 and feasibility
studies that require engineering, economic, social, and environmental
evaluations of recommended and alternative actions. Environmental study
activities shall include preparation of both Environmental Assessments
and Environmental Impact Statements. Items of work will typically
consist, in whole or in part, of initial review of problems;
preparation of quality control plans; gathering of required data
including field data; necessary coordination; conduct of or
participation in public meetings; planning and/or design synthesis;
preparation of reports; development, writing, incorporation of and
response to review comments; and reproduction of reports as identified
in the task orders. Desk-top computer graphics, publishing, GIS/CADD
micro 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;
(3) sociology, economics and demographics; (4) biology, chemistry,
ecology, earth science and environmental planning; and (5) landscape
architecture and recreation resource planning, (6) cultural resources
and (7) real estate appraisals. 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 and landscape architecture.
Adequate professional personnel with experience in the principal fields
of expertise as listed under PROJECT INFORMATION. Proposals shall
includethe qualifications of only those personnel specifically used on
this contract. The evaluation of personnel qualifications will be
based upon education, experience, professional licensing or
registration, relevant training and certification. A list of personnel
certifications and licenses should be submitted. (b) Specialized
experience and technical competence of the prime firm and any
subcontractors in (1) the study, conceptualization of solutions, and
project selection, design specifications, and construction for
ecosystem restoration of abandoned acidic coal mine and refuse pile
drainage sites and environmental dredging of contaminated sediments (2)
the technical and administrative requirements of the 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 Fish and Wildlife Coordination Act,
(3) the technical and administrative requirements of the cultural
resources protection statutes and policies including the ability to
perform Phase I, II, and III level studies, documentation, and
construction monitoring (4) small flood control reconnaissance and
feasibility investigations that may employ structural as well as
non-structural solutions (5) incremental cost and benefit calculations
and (6) fish and wildlife habitat unit estimation using HEP (7) water
supply systems analysis including pressurized systems, simulation and
design, and (8) general real estate appraisal by a state certified
appraiser (9) GIS/CADD computer technology to be able to delivery
drawings in native formats compatible with ArcView GIS or MicroStation
CADD software. (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 Department
of Defense and other contracts with respect to cost control, quality
of work, and compliance with performance schedules. Submission of a
quality control plan is required. (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 Pittsburgh District.
(f) Location of the firm in the general geographic area of the
Pittsburgh District. (g) Extent of participation of SB and SDB in the
proposed contract team, measured as a percentage of the total estimated
effort. (h) Volume of DOD contract awards in the last 12 months as
described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Interested firms having the
capabilities to perform this work must submit a current (within the
past 12 months) SF 255 (11/92 edition), "Architect-Engineer and Related
Services Questionnaire for Specific Project" and any other supplemental
information which documents the firm's qualifications for the prime
firm and all subcontractors.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 4590. Interested firms must provide submittals to the above address
not later than 4:00 PM Easter Standard Time on the 30th calendar day
after the date of this announcement. It the 30th day is a Saturday,
Sunday or Federal holiday, the deadline is 4:00 PM Eastern Standard
Time of the next business day. Submittals after this date and time will
not be considered for selection. Prime contractors seeking potential
small/disadvantaged/women owned subcontractors, please contract: U.S.
Small Business Administration, Attn: Joseph May, 475 Allendale Road,
Suite 201, King of Prussia, Pa 19406-1415, (610)962-3800 for PA
listing; U.S. Small Business Administration, Attn: Doug Aspy or Judy
McCullough, 168 West Main Street, Suite 600, Clarksburg, WV 26301 (304)
623-5631 for West Va. listing; U.S. Small Business Administration,
Cleveland District, Attn: Deborah Williams and John Renner, 111
Superior Avenue, Suite 630, Cleveland, Ohio 44114, for Ohio listing.
See Note 24. Posted 06/25/98 (0176) Loren Data Corp. http://www.ld.com (SYN# 0024 19980629\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|