Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 14,2000 PSA#2556

U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300

C -- A-E IDQ FOR CIVIL WORKS PROJECTS ASSIGNED TO THE FORT WORTH DISTRICT SOL DACW63-00-R-0001 DUE 060100 POC Bob Gilbert, Engineering Manager, 817-978-3583 WEB: Corps of Engineers, Fort Worth District, Contracting, http://ebs.swf.usace.army.mil/. E-MAIL: Melanie Hubbard, Contract Specialist, Melanie.Hubbard@swf02.usace.army.mil. C -- Multidiscipline Design or other Professional Services for Multipurpose Civil Works Projects within or assigned to the Fort Worth District. POC Robert Gilbert, (817) 978-3583. 1. CONTRACT INFORMATION: Multidiscipline Design or other Professional Services, procured in accordance with PL-582 (Brooks A-E Act) and FAR Part 36, are required primarily for multipurpose Civil Works Projects within or assigned to the Fort Worth District, U.S. Army Corps of Engineers. Projects outside the primary area of responsibility may be added upon approval of all parties. All work must be done by or under the direct supervision of licensed professional engineers. One indefinite delivery contract will be negotiated and awarded, with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed approximately $1,000,000.00. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price or labor-hour task orders not to exceed the base contract amount. The contract is anticipated to be awarded in June 2000. This announcement is open to all businesses regardless of size. If a large business firm is selected for this announcement, 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 subcontracting goals for the Fort Worth District which will be considered in the negotiation of this contract are: a minimum of 61.2% of the Contractor's total intended subcontract amount be placed as follows: 9.1% be placed with Small Disadvantaged Businesses (SDB); 9.4% be placed with Historically Black colleges/Universities or Minority Institutions; 4.5% be placed with Women Owned Small Businesses (WOB); and the remaining 38.2% be placed with Small Businesses (SB) for a total of 61.2%. The plan is not required as part of this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work may involve Hydrologic Analyses; Hydraulic, Civil, and Structural Design; CADD/GIS Services; Topographic Surveys; Geotechnical Analysis; Socio-Economic Impacts and Economic Cost-Benefit Analyses; Environmental Assessment; management and execution of feasibility-level Planning Studies for purposes of flood damage reduction, environmental restoration, recreation, water supply, water quality, and erosion control; Cost Engineering; and Site Investigations specifically for Hazardous, Toxic, and Radioactive Waste. These services are associated with potential projects and/or existing projects in need of renovation. 3. SELECTION CRITERIA: See Note 24 for general-description of the A-E selection process. The selection criteria for this particular project are listed below in descending order of importance. Criteria a-i are primary. Criteria j-n are secondary and will only be used as "tie-breakers" among technically equal firms. (a) Specialized Experience and Technical Competence: (1) Firm must demonstrate recent (within the past 2 years) and significant experience in Civil Works Project Design with emphasis on the hydrologic analyses of primarily urban streams within the geographic boundaries of the Fort Worth District using the computer program HEC-1, with modified puls routing and Snyder's unit hydrograph procedures, and perform similar hydrologic analyses utilizing the computer programs HEC-HMS and SWFHYD. (2)Firm must demonstrate recent (within the past 2 years) and significant experience in the hydraulic modeling of streams with emphasis within the geographic boundaries of the Fort Worth District using the computer programs HEC-RAS and UNET. (3) Firm must demonstrate the use of current technology regarding hydro-logic, hydraulic, and GIS disciplines, including ARCVIEW and ARCINFO. (4)The selected team must have the capability to develop large area digital topographic mapping using state of the art aerial photography as a base. Firm shall also possess traditional survey capabilities to accomplish development of smaller areas and stream cross sections by standard field survey. (5) Firm must demonstrate recent and significant experience in the development of Civil Design Plans utilizing Microstation and GEOPACK CADD software. (6) Firm must have the capability to perform economic risk based analyses of flood control projects utilizing the computer program FDA. (b) Professional Capabilities: Indefinite Delivery Contract will require (either in-house or through consultant), as a minimum, the following: three Registered Civil Engineers, one Registered Structural Engineer, one Economist, one Cost Engineer, two Hydraulic Engineers, one Registered Surveyor, one Geotechnical Engineer, and one Environmental Resource planner. (c) Firms must show adequate team capacity to complete three task orders concurrently meeting all schedules and must address fast response capabilities. (d) Demonstrate past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. (e) Geographical Location: Firms must show familiarity with the geographic area bounded by the Southwestern Division, and specifically the civil works boundaries of the Fort Worth District. (f) Firms must demonstrate the capability to prepare specifications, (using Government furnished program, Specsintact), and construction cost estimates, using the computer program M-CACES (Software will be provided). All narrative text, other than specifications, shall be completed using Microsoft's Word and Excel on PC based equipment. (g) Firms must show the ability to submit drawings in Microstation utilizing current versions. (h) Firms must show experience and the capability of creating CAL files of all drawings. Firms must also show experience in creating PDF files of specifications and the use of transmitting data by File Transfer Protocol (FTP). (i) Firms must show the capability of providing files for submittal on CD-ROM discs. (j) In Block No. 10 of the SF 255, firms must show their last 12 month's DOD awards stated in dollars. (k) Subcontracting: Firms must show the extent of participation of SB, SDB, HBCU/MI and WOSB in the proposed contract team, measured as a percentage of the estimated effort. (l) The primary means of communication between all active participants on the task orders will be via electronic mail. Some task orders may have a requirement to have common data and information available to responsible individuals and organizations, including design review data, which will be accessed on the World Wide Web via a dedicated secure web page. Therefore, the firm must show the capability to create and maintain this web page, through links from the A-E Company's Home Page. (m) In Block No 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. (n) Block No. 10 will be limited to ten pages maximum. 4. SUBMISSION REQUIREMENTS: (a) See Note No. 24 for general submission requirements. Interested firms, to be considered, must provide one submittal package including an original SF 254 and SF 255 no later than 4:30 p.m. on the 30th day after the date of this announcement appears in the hard copy of the CBD. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next business day. The 11/92 version of the forms must be used. (b) Responding firms Must submit a current (updated and signed within the past 12 months) and accurate SF 254 for themselves and each proposed consultant. It must be provided for the specific office proposed to do the work. Indicate in Block No. 4 of SF 254 if your firm is a Large, Small, Small and Disadvantaged or Woman-owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $2.5 million. (c) Submit only one SF 255, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. (d) Include CBD announcement number in Block NO. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes of the on-staff or consultant employees you intend to use to perform the work in the anticipated design time and the type of projects they will perform in Block No. 7 of your SF 255. Block No. 7 may be repeated as needed to identify all the major disciplines and key team members. Selection will be based on the total team members presented in your SF 255, primarily in Block No. 4. Resumes must be submitted for all personnel listed in Block No. 4 to meet the minimums stated in 3b. (g) Personal visits to discuss this project will not be scheduled. (h) Solicitation packages are not provided. Posted 03/10/00 (W-SN433282). (0070)

Loren Data Corp. http://www.ld.com (SYN# 0020 20000314\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page