Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1999 PSA#2279

US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New Orleans, LA 70160

C -- MULTIDISCIPLINARY PLANNING SERVICES SOL DACW29-99-R-0010 POC Eileen Upton, Contract Specialist, 504-862-1996 1. CONTRACT INFORMATION: A-E services are required for two multidisciplinary planning services contracts that include tasks related to civil works projects (ER 1105-2-100) involving flood control; hurricane protection; basin-wide hydrologic modeling; evaluation of water distribution and wastewater facilities; hazardous, toxic, and radioactive waste (HTRW); navigation; recreation; fish and wildlife evaluation and resource enhancement; water quality management; socio-economic analyses; coastal wetlands; and other water resources problems and needs. Two indefinite delivery type (IDT) contracts will be negotiated and awarded, each with a base period not to exceed one year and two option periods not to exceed one year each. The contract shall not exceed $1,000,000 per contract period, with two option periods NTE $1,000,000 per period. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Criteria used in allocating orders among the contracts include performance and quality of deliverables under the current contract, current capacity to accomplish the task order in the required time, and equitable distribution of work among the contractors. Award is scheduled about August, 1999. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. 2. PROJECT INFORMATION: Projects may be at any stage, from the initial planning stage to the operational and maintenance stage. Services will be required in a variety of potential subject areas including: navigation projects, flood control and hurricane protection projects, environmental restoration projects, freshwater diversion projects, recreation projects, water supply projects, contaminant waste investigations, master planning, and other multi-purpose projects. Typical tasks include gathering data and preparing reports for inclusion in initial evaluation, reconnaissance, feasibility, or post authorization change studies for congressional and continuing authorities programs. Projects will include work in environmental assessments and impact evaluations; recreation development; marine, inland waterway and general transportation economics, and logistical planning; benefit-cost, financial, and market analysis; data collection and field investigations; and database design and management. Environmental impact analysis may include gathering data, describing habitats and populations, preparing environmental impact assessments and statements to meet NEPA requirements, or conducting initial site assessments and recommend/perform subsequent actions including certified industrial hygiene investigations, testing, and remediation at non-HTRW sites according to ER 1165-2-132 and industry standards such as ASTM 1527-97 and 1528-96, and other applicable state and Federal regulations. Economic and social analysis tasks may include developing project-related data bases and structure inventories, preparing projections of economic and socioeconomic phenomena, identifying area and regional social and economic profiles, performing flood damage appraisals, conducting recreational use surveys, etc. All CAD/GIS software must be fully compatible with the Intergraph Modular GIS Environment (MGE), ORACLE, and Bentley Microstation software suite. Personnel with experience in the following disciplines are required: hydrology; geology; geomorphology; civil, structural, geotechnical, and environmental engineering; water resources planning; industrial hygiene; hazardous waste; cost estimating; biology (terrestrial and aquatic); flood damage assessment; economics; sociology; statistics; recreation planning; real estate appraisal; illustration/cartography; computer programming; computer aided drafting; geographic information systems; master planning; archeology; surveying; general contracting; and history. Resumes (Block 7 of the SF 255) must be provided for key personnel, including subcontractors, and must clearly demonstrate experience in each of the above areas. The work locations will generally be located in southern Louisiana but could be anywhere in the southern United States. 3. SELECTION CRITERIA: See Note 24 for the general selection process. The selection criteria are listed below in descending order of preference. Criteria a-d are primary factors. Criteria e & f are secondary factors and will only be used as "tie-breakers" among technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the firm and its subcontractors in the various engineering, economics, and environmental disciplines and knowledge/experience of the firm in southern Louisiana. B. PROFESSIONAL QUALIFICATIONS of key personnel considering education, experience, licensing, registration, professional societies, and certificates. C. CAPACITY TO ACCOMPLISH THE WORK considering available experienced personnel in key disciplines. D. PAST PERFORMANCE ON DOD and other contracts in respect to: (1) cost control, (2) quality of work, and (3) compliance with contract schedules. E. VOLUME OF DOD contract awards within the last twelve months as described in Note 24. F. SB and SBD PARTICIPATION: Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated team effort. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit five (5) copies of the SF 255's (11/92 edition) and five (5) copies of the SF 254's (11/92 edition) for the prime and all subcontractors, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, a Sunday, or a Federal Holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in the SF 255, Block 3b. For ACASS information, call (503) 808-4594. In Block 10 of the SF 255 describe the firm's quality control plan, including the coordination of subcontractors. Solicitation packages are not provided. This is not a request for proposal. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, CEMVN-CT-T, Attn: Eileen Upton, Foot of Prytania Street, New Orleans, LA 70118-1030. Refer to Announcement No. DACW29-99-R-0010. Posted 02/05/99 (W-SN295689). (0036)

Loren Data Corp. http://www.ld.com (SYN# 0019 19990209\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page