Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,2000 PSA#2547

U.S. Army Engineer District, Alaska, Attn: CEPOA-CT-CO, P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: 2204 Third Street, Room 56), Elmendorf AFB, AK 99506-0898)

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR CIVIL WORKS AND PLANNING RELATED PROJECTS, VARIOUS LOCATIONS, ALASKA SOL DACW85-00-R-0007 POC Mr. Gary Haynes, Contract Specialist (907)753-2549; Ms. Gail West, Contracting Officer, (907)753-2551 1. CONTRACT INFORMATION: 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 for that part of the work it intends to subcontract. The FY00 subcontracting goals for this contract are a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses, 9.1% small disadvantaged businesses, 5.0% to woman-owned businesses, and 1.5% to HUBZone subcontractors. The subcontracting plan is not required with this submittal. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price. The contract limit is $1 million. The contract may include options for two additional option years and an additional $1 million per year. There will be no specific delivery order limit except thatof the yearly contract limit. Contract award is anticipated for June 00. The Government reserves the right to select more than one contractor. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Projects under this contract will be studied and designed primarily in metric units. Typical types of services to be provided may include reconnaissance reports, feasibility reports, engineering designs, environmental documents, and economic evaluation reports primarily for small boat harbors, navigation projects, environmental restoration projects, flood damage prevention projects, storm damage reduction shoreline projects, abandoned mine reclamation projects, and comprehensive community plans for rural villages in Alaska. Work will involve preparation of complete reports or portions of reports to evaluate the feasibility of small boat harbors used for commercial fishing, recreational boating, and subsistence, navigation projects used for cargo shipments, environmental restoration projects, flood control projects, storm drainage reduction projects, abandoned mine reclamation projects and watershed studies for all types of water resources needs. Navigability studies may be performed. Environmental assessment and impact statements for civil work and military projects may also be required. Work will also involve preparation of studies, facility plans, and engineering designs to support the Corps' Environmental infrastructure program of Alaska. The firm must demonstrate the ability to provide CADD-formatted drawings and use MCACES-Gold(An estimating system furnished by the Government) for all projects. LOCATION: Primarily Various Locations in Alaska. 3. SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance (first by major criterion and then by each subcriterion). Criteria A-E are primary selection criteria. (A) specialized experience and technical competence in: (1) Corps ofEngineers' procedures for planning, engineering, and designs of small boat harbors, navigation projects, environmental restoration projects, flood control projects, storm damage reduction projects, and watershed studies. (B) professional personnel in the following disciplines: (weighted equally) (1) minimum in-house requirements is a civil engineer with knowledge of Corps of Engineers' plan formulation procedures for small boat harbors, navigation projects, storm damage reduction projects, and watershed studies. (2) disciplines which may be subcontracted: economist with knowledge of Corps economic evaluation procedures for commercial fishing and recreational boating harbors and experience working with related State and Federal agencies, coastal engineer who must have knowledge of the design of breakwaters and channels in accordance with Corps' design manuals and procedures, archeologist who must be qualified to meet SHPO requirements in Alaska, cost estimator, survey crew, geologist, hydrologist, hydraulic engineer, and a biologist with experience working with State and Federal resource agencies and with knowledge of the NEPA process, an engineer with experience, knowledge and skills (or equivalent skills) in abandoned mine reclamation planning and design, a public relations specialist experienced in all phases of community relations and public involvement activities, with special emphasis on remote rural and Native American communities, a community planner skilled in facilitating the development of community consensus and conducting comprehensive community planning activities, with special emphasis on remote rural and Native American communities, a civil engineer skilled in planning and designing rural sanitation(i.e. water supply, treatment and distribution; wastewater collection, treatment and disposal; sanitary landfills) and related infrastructure. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each discipline, clearlyindicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract; (C) knowledge of locality: staff with knowledge of Alaskan weather and water conditions, availability to meet frequently with Corps personnel at the Alaska District Headquarters in Anchorage, and the ability to mobilize to Alaskan sites on short notice: (D) capacity to maintain schedules and accomplish required work on 3 simultaneous delivery orders; (E) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. Criteria F-H are secondary and will only be used as "tie-breakers" among technically equal firms. (F) location of the firm in general geographical area of the projects and knowledge of locality; (G) 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 (H) volume of DOD contract awards in the last 12 months; 4. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and should include: (1) organization of proposed project team, (2) responsibilities and authority of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, by calling the administrative contact named above, from commercial software suppliers for use with personal computers and laser printers, or on-line in both Adobe Acrobat PDF and FormFlow formats (http://www.gsa.gov/pbs/pc/hw_files/254-255.htm). Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the 30th day from the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Any submittals received after this date cannot be considered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided. Pleas allow sufficient time to enter and process through the Elmendorf AFB Boniface entrance gate(you may be detained to call the Corps office for approval to enter).***** Posted 02/28/00 (W-SN429139). (0059)

Loren Data Corp. http://www.ld.com (SYN# 0026 20000301\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page