Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1998 PSA#2126

U.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