Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 27,1999 PSA#2441

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

C -- UTILITY IDENTIFICATION AND VERIFICATION SERVICES FOR WASHINGTON AND OREGON SOL DACW67-99-R-0064 DUE 102899 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 Utility and Verification Services in WA and OR and any other work that may be assigned to the Seattle District. Services required include but are not limited to verification and identification of the locations of existing underground utilities at various project sites in Washington, Oregon, Idaho and Montana. The Government will incorporate this information into site survey documents, in order to assist in avoiding existing underground utilities during project construction and verifying locations for new utility tie-ins. Objective is to find a cost effective, safe, neat (small diameter hole) and fast alternative to Seattle District's current method of excavation by either backhoe, power auger and/or hand digging to expose utilities. Services also may include the use of the standard surveying methods and global positioning system (GPS) applications, when and where appropriate. Services are required for planning, design and construction of roads, utility systems, airfields, buildings, levees, channels, dams, and other related studies, structures and facilities. Significant evaluation criteria in descending order of importance are: (1) Specialized experience and technical competence of the firm in types of work required, including knowledge of the locality of the work to be performed. (2) Professional qualifications of firms's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services. (3) Capacity of the firm to accomplish the work in the required time. (4) Past performance on DoD, government and industry 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. (5) Location of the firm in the general geographic area of the project. (6) Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically black Colleges and Universities and minority institutions in the proposed contract team, measured as a percentage of estimated effort. (7) Volume of DoD contract awards to the prime A-E firm in the last 12 months. Construction support services may be included as an option. A-E will be required to use MCACES 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 an option to extend for one additional year. Task Orders shall not exceed $25,000 each to be issued as requirements arise. Total contract amount shall not exceed $150,000 per year. Design start and completion dates are scheduled for 15 February 2000 and 14 February 2001 respectively. Qualified firms desiring consideration shall submit one copy of SF 255, including organization chart of key personnel to be assigned to this project, current SF 254, and consultant's current SF 254's. Street address for sending submittals is: 4735 E. Marginal Way South, Seattle, WA 98134-2385. No additional information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This project is 100 percent set-aside for small businesses. A business is considered small if its annual receipts, averaged over the past three years does not exceed $2.5 million. At least 50 percent of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. Standard Industrial Classification Code is 8712. This is not a request for proposal. Posted 09/23/99 (A-SN383933). (0266)

Loren Data Corp. http://www.ld.com (SYN# 0016 19990927\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page