Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347

U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230

C -- INDEFINITE DELIVERY CONTRACT FOR A/E SERVICES FOR WATER RESOURCE STUDIES AT VARIOUS CIVIL WORKS AND MILITARY SITES PRIMARILY WITHIN THE GREAT LAKES AND OHIO RIVER DIVISIONS (STATES OF KY, IL, OH, MI, MN, WI, PA, NY, WV, VA, NC, TN, AL) BUT COULD BE ANYWHERE WITHIN DISTRICT MISSION BOUNDARIES SOL W22W9K91099430 POC Sonia Suggs, Project Manager, (502) 582-5643 or Michael Moore, Project Manager (502) 582-5696 or Barbara Simpson, Contract Specialist, (502) 625-7634 1. CONTRACT INFORMATION: The Louisville District plans to procure an indefinite delivery contract for engineering, architectural, and planning services for water resources studies and military projects. The proposed services will be obtained by a negotiated firm fixed price contract. Projects will be awarded by individual delivery orders not to exceed Seven Hundred Fifty Thousand Dollars ($750,000), with the maximum contract value not to exceed One Million Dollars ($1,000,000). The contract period is one year from date of award with the option for two additional extensions of one year each with a new $1,000,000 amount for each option year awarded. The Government may choose to award a second contract from this solicitation. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 61.2% to Small Business, 9.1% to Small Disadvantaged Business and 4.5% to Women-Owned Small Business. These percentages are applied to the total amount of subcontracted dollars. 2. PROJECT INFORMATION: Services will consist of, but not be limited to, assistance in preparation of structural and non-structural components of alternative plans for flood damage reduction; inland navigation studies; environmental restoration studies; and related environmental planning and engineering services support for military and civil construction projects. Responding firms should have personnel capable of performing work in the following areas: 1) Planning and economic analyses of water resource projects based on Corps of Engineers regulations and policies; 2) Flood warning and emergency evacuation plans; 3) Structural analysis of existing residential, public, and commercial buildings; 4) Field data collection; 5) Design of structural (i.e., levees, channel modifications, detention basins, pump stations, etc.) and non-structural measures (i.e., flood proofing, evacuation, and raising in place) for flood damage reduction; 6) Hydrologic and hydraulic analyses and design activities of flood damage reduction measures [with experience with programs developed by the Hydrologic Engineering Center (HEC)]; 7) Preparation of social and economic profile studies; 8) Construction cost estimating using the Micro-Computer Aided Cost Estimating System (M-CACES); 9) Report writing; 10) Environmental impact analysis (NEPA documentation); threatened and endangered species surveys; cultural resources analysis; and hazardous; toxic and radiological waste site clearance phase I analyses for civil and military projects; 11) Plan and design of environmental restoration projects; 12) Inland navigation studies; 13) Life cycle cost analyses; 14) Graphic and cartographic support of report production; 15) Capable of operating in a GIS environment using ARC-Info, ARC-View, and GeoMedia. Capable ofoperating in a CADD environment using Microstation; 16) Lake sedimentation analysis including formulation of alternative prevention/disposal methods; 17) Condition analysis of existing flood damage reduction structures including levees, floodwalls, and pump plants; 18) Recreation benefit analyses using methodologies to include, but not limited to Unit Day value procedures. Ability to estimate initial visitation, forecast future visitation and assign benefits; 19) Public Involvement/Awareness Workshops; 20) Environmental infrastructure such as sewers and treatment facilities; 21) Bioengineering and biotechnical capabilities; 22) Planning and design of waterfront and port development; 23) Other A/E studies related to the above. 3. SELECTION CRITERIA: Specific requirements for this project are as follows and must be identified in the SF 255. Submittals will be evaluated against the general evaluation factors listed in Note 24 in descending order of importance. Items (a) -- (e) are primary selection criteria,(f) -- (h) are secondary criteria. All firms will be rated against the following criteria: A) Professional Qualifications of the key management and technical personnel to include appropriate education, training, registration/certification, overall and relevant experience for the following personnel must be documented in the resumes. Two resumes are required for the following fields (a designer and a checker): economics; civil, structural, hydraulic/hydrologic, geotechnical, chemical, mechanical, electrical, and environmental engineering; architecture; landscape architecture; community planning; ecology; environmental science; architectural historian; archeologist; biology; botany; geology; and graphics/cartography. The architect, landscape architect, civil, structural, hydraulic/hydrologic, geotechnical, chemical, mechanical, electrical, and environmental engineering disciplines must include at least one registered professional. The community planner must be certified by the American Institute of Certified Planners. B) Specialized Experience: Specialized experience and technical competence in the expected activities identified in item 2 above, as evidenced by the resumes of the personnel assigned to this project, as well as that of the firm C) Capacity: Capacity to complete the work in the required time (if a branch office, must have capacity to perform independently of the main office). D) Past Performance: Past performance on DoD and other contracts with respect to cost control, quality control, and compliance with performance schedules. E) Superior Performance Evaluations: Superior evaluations on relevant recently completed contracts. F) Geographical location and knowledge of the locale of the project . G) Volume of DoD contract awards in the last 12 months as described in Note 24. H) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMITTAL REQUIREMENTS: a. See Note 24 for general submission requirements. Firms which are interested and meet the requirements described in this announcement are invited to submit one completed SF-255 (Revision 11-92), U.S. Government A/E and Related Services for Specific Projects to the Office shown above. SF-255 (Revision 10-83) is obsolete and only the 11-92 edition of SF-255 will be accepted. All responses on SF-22 to this announcement must be received no later than 4:30 p.m. local time on the 30th calendar day after the date of this publication to be considered for selection. The day following this CBD announcement counts as day number one (1). If the 30th day falls on Saturday, Sunday or a U.S. Government holiday, this deadline is the close of business on the next Government business day. B. It is requested that interested firms list the fee amount and date of all DOD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF-255. C. Responding firms must submit a current and accurate SF-254 foreach proposed consultant. Additionally, all responding firms which do not have a current (within the past 12 months) SF-254 on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF-254. If a SF-254 is included, only the 11-92 edition of the form will be accepted. The business size status (large, small and/or minority) should be indicated in Block 3 of the SF-255. Definition: A concern is small if the annual receipts averaged over the past three fiscal years do not exceed $2.5 million. D. No other information including pamphlets or booklets is requested or required. E. No other general notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A/E contracts. To receive information or to receive an ACASS number, call (503) 808-4591. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF-255. Release of firms status will occur within ten (10) days after approval of any selection. This is not a request for proposals. Posted 05/13/99 (W-SN331244). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0020 19990517\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page