COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,2000 PSA#2664 USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180-3435 C -- PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACTS FOR SECTION 592
WATER RELATED CIVIL DESIGN SERVICES, VICKJSBURG DISTRICT SOL
CBDCW38-00-C-AE01 DUE 092100 POC Laura Cespedes (601) 631-5575 WEB: Not
applicable, http://www.mvk.usace.army.mil/contract. E-MAIL: Click here
to contact the point of contact for this,
Laura.Y.Cespedes@MVK02.usace.army.mil. 1. The Vicksburg District, U.S.
Army Corps of Engineers, requires the services of Architect-Engineer
firms for preparation of project documentation, plans, specifications,
cost estimates, related studies, all associated engineering services
for design/operation solution to address wastewater, potable water,
surface water resource protection and related environmental restoration
for various publicly owned facilities in the State of Mississippi. THIS
ANNOUNCEMENT IS PARTIALLY SET-ASIDE FOR SMALL BUSINESSES. THREE
CONTRACTS MAY BE AWARDED AS A RESULT OF THIS ANNOUNCEMENT. ONE OF THE
THREE CONTRACTS MAY BE AWARDED TO A LARGE BUSINESS IF SUCH AN AWARD IS
DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT. Typically,
each contract will consist of a base ordering period and two option
periods, each period not to exceed one year, for a total of three
years. All responders are advised that this work will be for municipal
projects within the State of Mississippi that are not yet quantified
and which will not be funded before FY2001; therefore this announcement
may be cancelled or revised at any time during the solicitation,
selection, evaluation, negotiation and/or final award. Contract limits
will not exceed 1,000,000 per option period. Individual task orders
may not exceed $1,000,000. The total amount of each contract over the
three-year ordering period may not exceed $3,000,000. The option may be
exercised at any time upon the exhaustion of funds during the current
period. Contract award is scheduled for November 2000. Large business
responders must identify subcontracting opportunities with small
business, HUBZone small business, small woman-owned business, and small
disadvantaged business on their SF 255. Subcontracting intentions are
outlined in Block 6 of SF 255. If a large business is selected for this
contract it must comply with FAR 52.219-9 regarding the requirement for
a subcontracting plan. The FY 2001 subcontracting goals for the
Vicksburg District are (1) 61.4 percent of a contractor's intended
subcontract amount for small businesses (SB) including small
disadvantaged businesses (SDB), women-owned small businesses (WOSB) and
HUBZone small businesses; (2) 9.1 percent of a contractor's intended
subcontract for SDB and (3) 5.0 percent of a contractor's intended
subcontract for WOSB. For additional information please contact Ms.
Shirley Reed, Deputy for Small Business, (601) 631-5347. 2. PROJECT
INFORMATION: Task orders issued under this contract will be for
preparation of project documentation, plans, specifications, cost
estimates, related studies, all associated engineering services for
design/operation solution to address wastewater, potable water, surface
water resource protection and related environmental restoration for
various publicly owned facilities in the State of Mississippi.
Assignments of individual task orders to the contracts with identical
scopes of work will be based upon the following factors: (1) Proximity
of the firm to the project site and familiarity with the socioeconomic
and site conditions of the locality, (2) Current capacity of the firm
to accomplish the task order in the required time, (3) Equitable
distribution of work among identical contracts and (4) Performance and
quality of deliverables under the current IDIQ contracts. 3. SELECTION
CRITERIA: Preselection criteria will be based on the following
considerations, which are of equal importance. The firm (either
in-house or through association of a qualified consultant) must: (a)
demonstrate experience evaluating and designing environmental systems,
particularly potable water, wastewater and storm water systems, (b)
demonstrate experience with and knowledge of environmental regulations,
particularly with the Safe Drinking Water Act, Clean Water Act, Clean
Air Act, and Resource Conservation recovery Act and (c) employ
registered professional civil engineers with recent experience in
sanitary and environmental engineering. The selection criteria are
listed below in descending order of importance. Criteria a through e
are primary and criteria f through g are secondary and will be used as
"tie-breakers", if necessary, in ranking the most highly qualified
firms. a. Specialized Experience: Recent experience of the proposed
team in 1) Evaluation of potable water supply, treatment, distribution
and storage systems, 2) Evaluation of wastewater and storm water
collection and treatment systems; 3) NPDES and environmental
permitting, as applicable, for potable water, domestic and industrial
wastewater and storm water; 4) Potable water and wastewater treatment
plant operation evaluations; and 5) Design of potable water and
wastewater treatment plants distribution/collection systems, and storm
water systems. b. Professional Qualifications: Technical
qualifications of the firm's team members to evaluate and design
environmental systems, particularly potable water, wastewater, and
storm water systems. c) Capacity: Professional ability to perform
multiple projects simultaneously; d) Past Performance: Consideration
will be given to ratings on previous DoD contracts. Consideration will
also be given to verifiable performance on private industry contracts,
e). Knowledge of the Locality F) Geographic proximity to Vicksburg,
Mississippi, (G) DoD contract awards in the past 12 months, the greater
the awards the lesser the consideration, and (H) Extent of
participation of SB, SDB, historically black colleges and universities
(HBCU), and minority institutions (MI) in the contract team.
Participation will be measured as a percentage of the total anticipated
contract effort, regardless of whether the SB, SDB, HBCU or MI is a
prime contractor, subcontractor, or joint venture partner, the greater
the participation, the greater the consideration. In the final
selection process, the most highly qualified firms will be interviewed.
4. SUBMISSION REQUIREMENTS: Firms which meet the requirements described
in this announcement are invited to submit 2 completed copies of a SF
255 (11/92 edition) and SF 254 (11/92 editions) for the prime and all
consultants to U.S. Army Engineer District, Vicksburg, ATTN: A-E
Coordinator (CEMVK-ED-CE), 4155 E. Clay St. Vicksburg, Mississippi
39183-3435. Note the following restrictions on submittal of SF 255;
Block 7 -- Resumes of key persons, specialist and individual
consultants anticipated for this project will be limited to a maximum
of 20 pages. Block 10-Additional information will be limited to a
maximum of 20 pages. Pages in excess of the maximum of 20 will be
discarded and not used in evaluation. Overnight or courier type mail
should be sent to the following address: U.S. Army Corps of Engineers,
Vicksburg District, CEMVK-ED-CE, Attn: Laura Cespedes, 4155 East Clay
Street, Vicksburg, MS 39183-3435. Include ACASS number in SF 255 block
3b. For ACASS information call 503-808-4591. ****VISITS for the purpose
of DISCUSSING this announcement WILL NOT BE SCHEDULED. *****This is not
a RFP. A fee proposal will be requested at a later date. See Notes 2,
24 and 25. ****NOTE: Contractors must be registered in the Central
Contractor Registration (CCR) database, for information see http:
www.ccr2000.com. Posted 08/11/00 (W-SN484933). (0224) Loren Data Corp. http://www.ld.com (SYN# 0016 20000815\C-0005.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|