Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1, 2000 PSA #2677
SOLICITATIONS

C -- INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR MULTIDISCIPLINARY PLANNING, ENGINEERING AND ENVIRONMENTAL SERVICES FOR PROJECTS WITHIN THE LIMITS AND ASSIGNMENTS OF THE MEMPHIS DISTRICT

Notice Date
August 30, 2000
Contracting Office
Department of the Army, Memphis District, Corps of Engineers, 167 N Main St, Rm B202, Attn: CEMVM-CT, Memphis, TN 38103-1894
ZIP Code
38103-1894
Solicitation Number
DACW66-00-R-0008
Response Due
October 10, 2000
Point of Contact
POC: Alan Cardwell, 901/544-3233
Description
1. SERVICES REQUIRED: A-E services are required for multidisciplinary planning, engineering and environmental services that include tasks related to civil works projects involving flood control; navigation; recreation; fish and wildlife resource protection and enhancement; water quality management; socioeconomic analyses; and other water resources related problems and needs. The services to be procured under this announcement are classified in Standard Industrial Classification Code 8711. The proposed procurement listed herein will be an unrestricted procurement, and submittals from large and small businesses will be considered. Firms are considered to be small business concerns if the firm's average annual receipts from the preceding three fiscal years do not exceed $4.0 Million. If a large business is selected for this contract, 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 this contract are for a minimum of 61.4% of the contractor's intended subcontract amount to be placed with small business (SB) including 9.1% to small disadvantaged businesses (SDB) and 5% to women-owned businesses (WOB). The subcontracting plan is not required with this submittal. 2. PROJECT INFORMATION: Work areas will normally be within the boundaries of the Memphis District (which includes portions of AR, IL, KY, MO, MS, and TN). The contract is anticipated to be awarded in January 2001, with the contract period of service not to exceed one calendar year from the date of contract award, or expenditure of the contract amount, whichever occurs first. Work to be performed is subject to satisfactory negotiation of individual task orders not to exceed $600,000 each or a total of $600,000 for the base year of the contract. The basic contract will include two options to extend the contract period one calendar year for each option and to expend an additional $600,000 for each option. Projects may be at any stage, from the initial planning stage to the operational and maintenance stage. Planning and evaluation studies will be required in a variety of potential subject areas including: flood control, navigation, recreation, environmental protection and enhancement, fish and wildlife resources, hydrologic modeling, water distribution and wastewater collection and treatment facilities, water quality management, socioeconomic analyses, and other multi-purpose projects. Typical tasks include gathering data and preparing reports for inclusion in initial evaluation, reconnaissance, feasibility, or post authorization change studies for Congressional and Continuing Authorities Programs. Studies will also include work in environmental assessments and impact evaluations; recreation development; general transportation economics, and logistical planning; benefit-to-cost, financial, and market analysis; data collection and field investigations; and database design and management. Economic and social analysis tasks may include developing project-related data bases and structure inventories, preparing projections of economic and socioeconomic phenomena, identifying area and regional social and economics profiles, performing flood damage appraisals, conducting recreational use surveys, etc. Environmental impact analysis may include gathering data, describing habitats and population, preparing environmental impact assessments and statements to meet the National Environmental Policy Act (NAPA) requirements, or conducting hazardous, toxic, and radioactive waste (HTRW) initial site assessments according to ASTM E 1527-93. 3. QUALIFICATIONS: Firms must demonstrate in their submission the ability to meet the following requirements: (A) Adequate professional personnel with experience in hydraulics and hydrology; geology; geomorphology; industrial hygiene; cost estimating; biology (terrestrial and aquatic); flood damage assessment; economics; sociology; statistics; recreation planning; real estate appraisal; illustration/cartography; computer programming; computer aided design and drafting (CADD); geospatial information systems (GIS); archaeology; surveying; general planning, general contracting; and history. Resumes (Block 7 of the SF 255) must be provided for key personnel, including subcontractors, and must clearly demonstrate experience in each of the above areas. Professional qualifications of the key personnel will be based upon education, experience, professional licensing, registration in professional societies, certificates, etc. Professional licensing and/or certification may be required on certain projects. (B) Sufficient technical and administrative personnel to ensure expeditious completion of required services; (C) Adequate experienced professional personnel and computer equipment to deliver final Computer Aided Design and Drafting (CADD) System drawings in an electronic format compatible with the INTERGRAPH system of the Memphis District. 4. EVALUATION CRITERIA: Selection will be based on the following five primary criteria (A, B, C, D, & E) and three secondary criteria (F, G, & H). All criteria are shown in descending order of importance: (A) Specialized Experience. Firms and their subcontractors must demonstrate specialized experience, competence, and qualifications in various engineering, economics, and environmental disciplines. (B) Professional Qualifications. The prime firm and/or its sub-contractor (s) (hereinafter referred to collectively as "firm") must have a registered Professional Engineer on staff in the disciplines required. The firm should indicate professional recognition, professional associations, advanced training, and specific work experience of key personnel. (C) Capacity. Firms must demonstrate sufficient personnel and equipment in the disciplines necessary to conduct the required work in an efficient manner. (D) Past Performance. Performance evaluations on previous contracts with Government agencies, including DOD, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be considered. (E) Knowledge of Locality. Firms should demonstrate knowledge of geographical features, climatic conditions, and local construction methods within the Memphis District. The following three secondary criteria (F, G, & H), which are listed in descending order of importance, will be used as "tie-breakers" among equally ranked firms after evaluation by the primary criteria; (F) Geographical Location. Proximity of the firm's offices from which the work will be managed, coordinated, and CADD work performed to Memphis, Tennessee will be given consideration. (G) Small Business Considerations. Consideration will be given to firms intending to subcontract in a manner that contributes toward the Memphis District subcontracting goals shown under Par. 1. above. If the prime firm can be considered a small business (the firm's average annual receipts from the proceeding three fiscal years does not exceed $4.0 Million), show the firm's average annual receipts from the preceding three fiscal years and state the prime firm is a small business. If the prime firm can be considered a large business, then show the amount the prime firm intends to subcontract. Of this intended subcontract amount, show the amount the prime firm intends to subcontract to Small Business, to Small Disadvantaged Business, and to Women Owned Business along with the percentage of the intended subcontract amount for each one. (H). Volume of DOD Work. Consideration will be given to the volume of work previously awarded and contractor earnings assigned to the firm by DOD in the last 12 months (August 1, 1999 to August 1, 2000), with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms, including small and small disadvantaged business firms, and firms that have not had prior DOD contracts. 5. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform these services must submit one copy of SF 255 (11/92 Edition) for the prime and one copy of SF 254 (11/92 Edition) for the prime and all sub-contractors to: Mr. Alan Cardwell, CEMVM-ED-S, Memphis District, Corps of Engineers, 167 North Main Street, B-202, Memphis, TN 38103-1894, not later than the close of business (COB) (4:00 PM Central) 101000. The solicitation number should be included in Block 2b of SF 255. Include in Block 3b the firm's ACASS number. If not available, phone the ACASS Center at 503-326-3459 to obtain a number. In Block 10 of the SF 255, firms are requested to clearly and succinctly address all qualification requirements listed under Items 3 and 4 above. All DOD contracts awarded to the firms and its affiliates (not to include sub-contractors) during the 12-month period of August 1, 1999 to August 1, 2000 should be shown, including the contract amount and whether the contract includes an option year and option amount. Firms are also required to show the total amount of DOD contract earnings within the 12-month period stated above by the firms as prime contractor, without regard to the award date of the contract (s). Also in Block 10, firms are requested to provide a detailed list of all pertinent field and office equipment to be used on this contract that distinguishes ownership between prime and subcontractors, if used. Similarly in Block 10, describe the firm's overall quality management plan, including management approach, coordination of disciplines, field crews, and subcontractors, and quality control procedures. A contract specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Letters, including transmittal letters, photographs, brochures and other promotional literature are not desired nor will be considered. Solicitation packages are not provided to interested firms for A-E contracts before final firm selection. This is not a request for proposal.
Web Link
Memphis District Corps of Engineers (http://www.mvm.usace.army.mil)
Record
Loren Data Corp. 20000901/CSOL004.HTM (W-243 SN491894)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 31, 2000 by Loren Data Corp. -- info@ld.com