Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,2000 PSA#2631

U.S. Army Corps of Engineers, Jacksonville District, P.O. Box 4970, Jacksonville, Florida 32232-0019

C -- A-E SERVICES FOR INDEFINITE DELIVERY CONTRACTS RELATED TO WATER RESOURCES ENGINEERING PRIMARILY WITHIN THE FLORIDA BOUNDARIES OF THE JACKSONVILLE DISTRICT. SOL DACW17-00-R-0034 DUE 073100 POC Barbara V. Byam, (904)232-1120 WEB: Business Opportunities, http://www.saj.usace.army.mil. E-MAIL: Click here to contact the Contract Specialist, Barbara.V.Byam@saj.usace.army.mil. Up to two contracts may be awarded from this solicitation using unrestricted acquisition procedures. The contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for two additional years; not to exceed a total of three years. The Government reserves the right to exercise the contract options before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be assigned by negotiated task orders. Maximum order limits are $500,000 for each contract year and $500,000 per task order. The primary purpose of these proposed contracts is to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, the contracts may be used to provide services within the geographic boundaries of any other U.S. Army Corps of Engineers district. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders among the contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: Work will consist of preparation, development, coordination, incorporation of comments, and reproduction of studies, reports, or portions of reports, pertaining to engineering of water resources and related projects. Task Orders will consist of assignments related to flood control, water delivery, ecosystem restoration, water management, groundwater, and other Corps of Engineers responsibilities. Analyses shall include but not be limited to hydraulic, hydrologic, and design alternatives. The successful firm must be prepared to respond on short notice to requirements resulting from natural disasters such as floods or hurricanes. FACTORS FOR EVALUATION IN ORDER OF PRIORITY ARE: 1. Specialized Experience of Firm: Firms must clearly demonstrate specialized experience and expertise in water resources engineering projects with emphasis on hydrologic and hydraulic analyses associated with the design and performance of ecosystem restoration, flood control, water delivery projects, two and three dimensional modeling, water management operational modeling, water quality, groundwater, analytical/statistical evaluation of historic data, demonstrated ability to provide expert testimony in court and ability to perform technical review and peer review. 2. SIZE AND EXPERTISE OF STAFF: Firm must include, but not be limited to, either in-house or through association with qualified subcontractors, U.S. registered personnel as follows: Water Resources Planner, Civil Engineer, Hydraulic Engineer, Hydrologist, Water Quality Specialist, Engineering Technician, GIS/CADD Technician, CADD Draftsman, Land Surveyors, Typist and all necessary supervisory and administrative personnel to prepare engineering drawings, documents, and reports. 3. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firm must have the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dates. 4. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS), and information available from other sources, will be utilized for prior performance evaluation. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: 5. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. 6. GEOGRAPHIC PROXIMITY OF FIRM RELATIVE TO THE WORKSITE: Location of the firm relative to the worksite (considered the Jacksonville District Office) will be considered provided there is an adequate number of qualified firms for consideration. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list only the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants and subcontractors, should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 addressing evaluation factors 1-4 is strongly recommended. Submittal package must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on July 31, 2000. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR's web site may be accessed at http://www.acq.osd.mil/ec.). Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Of those dollars the large business firm intends to subcontract out, the Corps of Engineers floors for subcontracting are 61.4% to small business concerns; 9.1% to small disadvantaged business concerns; 5.0% to women-owned small business concerns; and 1.0% for HUBZONE concerns. The term "floors" is used instead of "goals" as the Corps of Engineers objective is to exceed the percentages rather than merely meet the percentages. Large firms should keep these floors in mind when considering qualifications of potential subcontractors and ensure that each proposed subcontractor's socio-economic status is clearly identified in the submission of qualifications. The SIC code is 8711. The size standard is $4,000,000. Response to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, 400 West Bay Street, Room 1044, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for proposal. Firms may post their name/address on our EBS web site to facilitate contact between prime contractors, sub-contractors, and firms interested in joint ventures. However, copies of the listings of firms will not be provided. See our Web Page at www.saj.usace.army.mil. Posted 06/26/00 (W-SN468570). (0178)

Loren Data Corp. http://www.ld.com (SYN# 0026 20000628\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page