Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 9,1999 PSA#2298

US ARMY ENGINEER DISTRICT, SEATTLE, PO BOX 3755, SEATTLE WA 98124-3755

C -- A/E SERVICES FOR PERMIT INSPECTION OF MARINE STRUCTURES AND DREDGING IN SEATTLE DISTRICT WATERS, SEATTLE, WA SOL DACW67-99-R-0033 DUE 040999 POC Contract Specialist Bonilie L Lackey (206) 764-4481 (Site Code DACA67) WEB: http://www.nws.usace.army.mil/cntrct/, http://www.nws.usace.army.mil/cntrct/. E-MAIL: bonilie.l.lackey@nws02.usace.army.mil, bonilie.l.lackey@nws02.usace.army.mil. The purpose of this solicitation is to acquire Permit Inspection of marine structures, dredging, and/or replacement of dredged or fill material and field investigation/reporting or potential violations in waters of the United States within the State of Washington that are subject to the regulatory authority of the U.S. Army Corps of Engineers (Corps) under Section 10 of the River an d Harbor Act of March 3, 1899, and Section 404 of the Clean Water Act (see Paragraph 4.b. -- 33 CFR Parts 320-330). The work will generally vary from construction inspection of structures and earthwork, complete or under construction, that are authorized by Department of the Army permits to field investigation and preparation of as-built drawings of earthwork and structures constructed without authorization from the Corps. Inspection and investigations are made by boat and/or vehicle and on foot. Firms must demonstrate the ability to use a Polaroid or equivalent camera, write minor reports and conduct public relations. Significant evaluation criteria in descending order of importance are: (1) Specialized experience of firm in types of work required, including knowledge of the locality of the work to be performed. (2) Professional qualifications and/or experience of firm's staff and inspectors to be assigned to this project, which are necessary for satisfactory performance of required services. (3) Familiarity with shorelines around the Puget Sound area. (4) Capacity of firm to accomplish multiple simultaneous Task Orders in the required time. (5) Past experience on Department of Defense and other contracts with respect to cost control, quality of work, and compliance with performance schedules. NOTE: The following criteria are considered secondary factors and will only be used at Final Selection as tie-breakers. (6) Location of the firm in general geographical area of Seattle. (7) Volume of work previously awarded by the Department of Defense to the firm and any consultants to be used by the firm. (8) Extent of participation of SMall Business (SB), Small Disadvantaged Business (SDB), historically black colleges and Universities and minority Institutions on the proposed contract team, measured as a percentage of estimated effort. Construction support services may be included as an option. A-E will be required to use M-CACES for cost estimating on this project. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board and automated review management system (ARMS) via modem. Proposed procurement will result in a one-year, fixed price indefinite delivery contract with option to extend for one additional year; delivery orders of NTE $20,000 each to be issued as requirements arise. Total contract amount shall not exceed $100,000 per year. Start and completion dates are scheduled for 1 August 1999 and 31 July 2000 respectively. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of keypersonnel to be assigned to this project, current SF 254, and consultant's current SF 254's. Street address for sending submittals is: 4735 East Marginal Way South, Seattle, WA 98134-2385. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This project is open to both large and small businesses. This is not a request for proposal.***** Posted 03/05/99 (A-SN305702). (0064)

Loren Data Corp. http://www.ld.com (SYN# 0033 19990309\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page