Loren Data Corp.

'

  
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