Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175

Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

C -- IDTC FOR NATURAL RESOURCES SUPPORT SERVICES FT. BELVOIR & THE BALTIMORE DISTRICT!! SOL DACA31-98-R-0076 DUE 100598 POC Contract: Jean Petty (410) 962-2587 17. 1. CONTRACT INFORMATION: Architect Engineering Services to be performed under this contract will provide design, planning, management and technical support for the U.S. Army Garrison Fort Belvoir, VA and maybe used for other missions within the Baltimore District. Work will provide support for compliance with environmental laws, regulations and requirements to which Fort Belvoir is subject, as well as management of natural and cultural resources. One contract will be made for a firm fixed price, for a one-year period with two option years for a total of three (3) years. The cumulative amount of all task orders will not exceed $1,000,000.00 per year. This announcement is open to all businesses regardless of size. Subcontracting Plan Requirements: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 65% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions, and 8% with Women-Owned Small Businesses (WOSB). This plan is not required with this submittal. 2. PROJECT INFORMATION: Natural and cultural resources support services to be performed under this contract will include, but will not be limited to, engineering and design services for the storm water management program, including design services for the management structures and facilities, design of modifications/repairs to existing facilities, development of basin-wide storm water management strategies, development of storm water management permit applications, engineering and design services for the erosion and sediment control program, (including design of erosion and sediment control projects, design of erosion and sediment control plans and permit applications, and inspection ofconstruction projects) engineering and design services in support of infrastructure construction repair/improvement projects, (including design of utility and roadways crossing installation waterways), stabilization of in-stream structures, development of wetland and subaqueous bed permit applications, construction inspections, preparation of as-built drawings, landscape design services for streetscapes, housing and administrative areas; planning and design services in support of timber maintenance and harvest activities, engineering and design services in support of planning, siting, construction and maintenance of installation refuge facilities, parking facilities access controls and information displays, topographic surveys, engineering and design services in support of maintenance and repair of historic structures, preparation of natural resources management plans, preparation of cultural resources management plans, planning services, (including preparation of NEPA documents) natural resources studies and field surveys, planning and design of habitat management /enhancement projects, planning and design services to integrated pest management and grounds maintenance programs; development of environmental education materials and programs; and, GIS services. The above described work may require some or all of the following disciplines; civil, environmental, structural and mechanical engineering; architecture and landscape architecture; hydrology; geology; soil science; agronomy; entomology; biology; forestry; ecology; chemistry; topographic survey; CADD; GIS; historical architecture; archeology; planning; graphic art; and photointerpretation. 3. SELECTION CRITERIA: Firms must demonstrate the following: (1) recent in-depth knowledge and experience with federal, state and local natural and cultural resources statutes including but not limited to Sikes Act, Endangered Species Act., Clean Water Act, Fish and Wildlife Coordination Act, Federal Insecticide Fungicide, and Rodenticide Act, National Historic Preservation Act; National Environmental Policy Act; Virginia Subaqueous Bed Guidelines and Virginia Sediment and Erosion Control Guidelines; (2) recent demonstrated relevant natural resources permitting experience in Virginia to include but not be limited to Clean Water Act and Virginia Subaqueous Bed permits; (3) recent demonstrated relevant design experience in storm water management and sediment and erosion control projects; (4) recent demonstrated relevant experience in natural resources and cultural resources field studies and plan preparation; (5) recent documented relevant experience in performing impact analyses and developing NEPA documents for facilities siting and development projects; and (6) recent documented relevant experience in providing landscape design, grounds maintenance and pest management technical support at facilities in the mid-Atlantic region that are similar in size and scope to Fort Belvoir. In addition to the above, the selection criteria for consideration will also include (1) recent relevant experience in performing natural and cultural resource management activities of a similar scale and scope in the mid-Atlantic region; (2) location of an office and subcontractors in close proximity to Fort Belvoir with the identified expertise at these locations; (3) demonstrated completion of recent relevant projects using Intergraph CADD and GIS capabilities; (4) demonstrated capacity to accomplish work orders within required time-frames; (5) demonstrated completion of recent projects of a similar scale and scope at Army Installations in terms of cost control, design award and meeting established schedules. .4.SUBMISSION REQUIREMENTS Firms, which meet the requirements described in this announcement, are invited to submit a completed Standard Form 254, "Architect-Engineer and Related Services Questionnaire" and a complete Standard Form 255, "Architect-Engineer and Related Services Questionnaire for Specific Projects". Supplemental information requested must be furnished for prime, joint venture(s) and/or consultants. Be advised that the Baltimore District does not maintain DF 254's at this office. Submission limitations: for the A-E team (Primes and subs) are limited to 10 pages for the Section 10, of SF 255. Information must be received in this office no later than 05 OCT 1998, at 4:00 P.M. Local time. Technical Point of contact is Ms. Dorothy Keough (703-806-4007). Contracting Point of contact is Ms. Jean Petty (410) 962-2587. This is not a request for proposals. Please do not request a solicitation package for this project. This is strictly Architect Engineering, submittal of SF254's and SF255's only. Posted 09/03/98 (W-SN245248). (0246)

Loren Data Corp. http://www.ld.com (SYN# 0034 19980908\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page