|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,2000 PSA#2619U.S. Army Corps of Engineers, Portland District, P.O. Box 2946,
Portland, OR 97208-2946 C -- WATER RESOURCE PROJECT STUDY SERVICES SOL DACW57-00-R-0014 DUE
071000 POC Technical questions: Patricia Obradovich, (503) 808-4730;
Administrative questions: Nancy Carter, (503) 808-4611 CONTRACT
INFORMATION. Water resource project study services are required for
various projects or assignments of the Portland District. Two A/E
Indefinite Delivery Type contracts will be awarded. Each contract shall
be for a base period of one year at $1,000,000. Each contract shall
contain the option of two additional periods of one year each, at
$1,000,000 each. An option period may be exercised at the discretion of
the Government before expiration of the previous period. The maximum
for each task order will not exceed the annual contract amount. Task
orders will be exercised according to the relevant experience of the
firms and past work performance with the Corps. The geographic scope of
the contracts is primarily within the Portland District geographic
boundaries. However, any Corps district on an as needed basis may use
the contract. This solicitation is 100% set-aside for small businesses,
the size standard for which is a concern including its affiliates with
average annual sales or receipts for the preceding three years not in
excess of $2.5 million. Please identify your business size when
responding. Contract award is anticipated in August of 2000. PROJECT
INFORMATION. The primary emphasis of the two contracts to be awarded,
and the most likely types of studies to be performed, include
formulation, economic, environmental and engineering analysis of deep
draft and inland navigation projects; environmental dredging; urban and
farm flood damage reduction projects; and environmental
restoration/fish and wildlife and other environmental studies. Other
potential studies may include, but are not limited to, formulation and
analysis of municipal, industrial, and agricultural water supply,
hydropower plant operation and configuration alternatives, recreation
projects, and commercial fishing projects. This may also include
preparation of: a. Reconnaissance and feasibility studies; b.
Environmental Impact Statements, Environmental Assessments or other
NEPA compliance documents; c. Fish and Wildlife habitat assessments and
ecological studies and analyses; d. Water and air quality studies; e.
Economics, natural resource economics and socioeconomic analyses; f.
Cultural resources and archeology; g. GIS to store and manipulate
geographically referenced data; h. Public and interagency scoping,
involvement and mediation; i. Master planning and recreation planning
and design; j. General engineering services such as civil, hydrologic,
hydraulic, geotechnical, environmental, structural, cost mechanical
and electrical, hazardous, toxic and radioactive waste, water quality
and sediment quality; k. Preparation of contract drawings and
specifications; l. CADD drafting; m. Aerial photography, topographic
surveying and mapping; and n. Preparation of contract drawings and
specifications. EVALUATION CRITERIA. Department of Defense (DOD)
regulations with regard to the selection of A/E firms is based on the
professional and technical qualifications necessary for the performance
of the required services rather than competitive bidding procedures. To
be considered for selection, response must comply with the requirements
of the announcement and must be submitted prior to the closing date.
Selection criteria for this project will be based upon the following,
listed in descending order of importance. Criteria a-e is primary,
criteria f-g is secondary, used only as "tie breakers" among
technically equal firms. a. Demonstrated corporate experience and
performance with respect to project formulation studies, experience
with National Economic Development analysis or similar types of cost
benefit analysis, and demonstrated broad experience in general
engineering, environmental, and technical support functions for water
resource projects. Emphasis shall be on navigation, ecosystem and
environmental restoration/fish and wildlife and other environmental
studies, flood damage reduction, municipal and industrial and
agricultural water supply, hydropower, recreation, commercial fishing,
watershed planning, and regional impact analysis, including experience
in the Pacific Northwest. b. Staff experience, education and
qualifications particularly the project manager and senior staff, as
well as full-time and part-time staff size of prime and subcontractors,
with greater consideration for firms who demonstrate capabilities in
other water resources related disciplines (e.g. hydrology, hydraulic
engineering, geotechnical engineering, environmental analysis,
economics, etc.). c. Demonstrated ability to manage complex studies and
subcontractors; delivery goods and services on time and within budget;
and address customer issues and concerns. d. History of past
performance on similar types of studies. e. Facilities for performing
work, including proximity to Portland, Oregon. f. The firm's volume of
previous U.S. Government work. g. Extent of participation of SDB,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of total
estimated effort. SUBMISSION REQUIREMENTS. Interested A/E firms that
can provide the services described in the announcement should submit
one copy of SF 254 (11/92 edition) and SF 255 (11/92 edition) for the
prime and all consultants, to U.S. Army Corps of Engineers, Portland
District, Attn: CENWP-CT-C, 333 SW First Avenue, Portland, Oregon
97208-2946. Submission shall be made to the above address not later
than close of business on the 30th day after the date of this
announcement. If the 30th day is a Saturday, Sunday, or Federal
Holiday, the deadline is close of business of the next business day.
Include the firm's ACASS number in SF 255, Block 3b. Requests for
verbal presentation of qualifications will not be permitted. This is
not a request for proposal. Direct technical questions to Patricia
Obradovich, (503) 808-4730. Direct administrative questions to Nancy
Carter, (503) 808-4611. Reference Solicitation No. DACW57-00-R-0014. **
SIC 8999 ** Posted 06/08/00 (W-SN463038). (0160) Loren Data Corp. http://www.ld.com (SYN# 0020 20000612\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|