Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9, 2000 PSA #2724
SOLICITATIONS

C -- ARCHITECT AND ENGINEERING SERVICES

Notice Date
November 7, 2000
Contracting Office
U.S. Army Corps of Engineers, Contracting Division, 190 Fifth Street East, St. Paul, MN 55101-1638
ZIP Code
55101-1638
Solicitation Number
W81G6702994090
Point of Contact
Contract Specialist -- Dawn Linder 651-290-5407 Contracting Officer -- Marilyn Aird 651-290-5417
E-Mail Address
Contact Dawn Linder (dawn.m.linder@usace.army.mil)
Description
INDEFINITE DELIVERY TYPE CONTRACT FOR PLANNING AND ENGINEERING SUPPORT FOR CIVIL WORKS AND OTHER PROGRAMS ASSIGNED TO THE ST. PAUL DISTRICT CORPS OF ENGINEERS SOL W81G6702994090 1. CONTRACT INFORMATION: Services of a qualified Architect Engineer (A-E) are required for an Indefinite Delivery Type Contract for planning and engineering services for water resource and environmental studies/projects. The contract is expected to be awarded by June 2001. The contract will have a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period and on individual task orders will not exceed $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted. Work will be issued either by negotiated firm-fixed-price or cost-reimbursable task orders. The District currently has and may award in the future ID contracts to perform work that may also be encompassed by this announcement; the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: Performance, capacity to accomplish the order in the required time, specialized experience, and the equitable distribution of work. This announcement is open to all businesses regardless of size. The North American Industry Classification System (NAICS) code is 541330. Small Business Size Standard: $4 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 that it intends to subcontract. The subcontracting goals for this contract are that a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB), 5% placed with woman-owned small businesses (WOSB), 3% placed with Disabled American Veterans, and HUBzone -- no numeric goal, but must address it in the plan. The plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. PROJECT INFORMATION: The services are required for various civil works projects, military funded projects, and support for other agencies. The services are primarily within the St. Paul District boundaries (all or portions of MN, ND, SD, WI, and IA). However, individual task orders may be for work within the Mississippi Valley Division or neighboring mid-western states. Services will consist of, but not be limited to, assistance in preparation of structural and non-structural components of alternative plans for flood damage reduction; studies for water resource needs, such as environmental restoration (fish and wildlife habitat improvements and small scale treatment of areas with contaminated materials, as examples), environmental infrastructure features (waste water treatment, as an example), watershed management, water supply needs, recreation features, and riverfront development, inland navigation, and related environmental planning and engineering services support for military and civil construction projects. Responding firms should have personnel capable of performing work in the following areas: 1) Planning and economic analyses of water resource projects based on Corps of Engineers regulations and policies, including recognition of benefits for natural resource objectives; 2) Flood warning and emergency evacuation plans; 3) Structural analysis of existing residential, public, and commercial buildings; 4) Field data collection (ground surveys, monitoring wells, biologic habitat information, as examples); 5) Design of structural (i.e., dams, levees, channel modifications, detention basins, pump stations, etc.) and non-structural measures (i.e., flood proofing, evacuation, and raising in place) for flood damage reduction; 6) Hydrologic and hydraulic analyses and design activities of flood damage reduction measures [with experience with programs developed by the Hydrologic Engineering Center (HEC)]; 7) Preparation of social and economic profile studies; 8) Construction cost estimating using the Micro-Computer Aided Cost Estimating System (M-CACES); 9) Report writing; 10) Environmental impact analysis (NEPA documentation); threatened and endangered species surveys; cultural resources analysis (both archeological and historical); Traditional Cultural Properties evaluations; historic evaluations/preparations of brochures; and hazardous, toxic and radiological waste site clearance phase I analyses for civil and military projects; 11) Plan and design of environmental restoration projects; 12) Inland navigation studies; 13) Life cycle cost analyses; 14) Graphic and cartographic support of report production; 15) Capable of operating in a GIS environment using ARC-Info, ARC-View, and GeoMedia. Capable of preparing drawings using computer-aided design and drafting (CADD) and delivering the three dimensional drawings in Bentley's Microstation software, release 5.x or higher Windows 95 or greater or Windows NT platform. Drawings must be in compliance with A/E/C CADD Standards. The Government will only accept the final product for full operation, without conversion or reformatting, in the target platform specified herein. The target platform is a personal computer, with a Windows 95 or greater or Windows NT operating system; 16) Lake sedimentation analysis including formulation of alternative prevention/disposal methods; 17) Condition analysis of existing flood damage reduction structures including levees, floodwalls, and pump plants; 18) Recreation benefit analyses using methodologies to include, but not limited to Unit Day value procedures. Ability to estimate initial visitation, forecast future visitation and assign benefits; 19) Public Involvement/Awareness Workshops; 20) Environmental infrastructure such as sewers and treatment facilities; 21) Bioengineering and biotechnical capabilities for HTRW and wastewater treatment; 22) Planning and design of waterfront and port development; 23) Ability to develop designs using the Metric System Standards of Measurement; 24) Other A/E studies related to the above. SELECTION CRITERIA: See Numbered Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each subcriterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as "tie-breakers" among technically equal firms. A) Specialized experience and technical competence: (1) those areas mentioned in PROJECT INFORMATION; (2) Quality Management. The evaluation will consider the management structure, experience of the prime firm and significant contractors working together, and quality control plans. B) Professional capabilities including qualified registered professional personnel in the following disciplines: Water Resources Planner, Civil Engineer, Regional Planner, Hydraulic Engineer, Hydrologist, Water Quality Specialist, Industrial Hygenist, Hydrogeologist, Environmental Engineer, Geotechnical Engineer, Landscape Architect, Geo-Hydrologist, Cost Engineer/Cost Estimator, Engineering Technician, GIS Personnel; Land Surveyor, Biologist, Regional Economist, Economist, Real Estate Specialist, Real Estate Appraiser, Archaeologist, Cultural/Archeological Analyst, Social Analyst, Institutional Analyst, and Outdoor Recreation Specialist. Evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. C) Past performance on DOD and other contracts with respect to quality of work, cost control and compliance with performance schedules. D) Capacity to accomplish the work in the required time. E) Knowledge of the locality including cold climate engineering, design and construction. F) Extent of participation of SB, SDB, WOSB, Historically Black Colleges and Universities, and Minority Institutions in the proposed contract team, measured as a percentage of the estimated subcontracting effort. G) Location of the firm in the general geographical area of the St. Paul District, including the office location of each person named to work on this contract. H) Volume of DOD contract awards in the last 12 months as described in Numbered Note 24. Volume of work for the St. Paul District will also be considered under this factor. The last three factors will only be applied as tie-breakers, if needed, among the technically most qualified firms. 4. SUBMISSION REQUIREMENTS: See Numbered Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit three copies of SF 255 (11/92 edition), and three copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the 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 the close of business of the next business day. Include the firm's ACASS number and business size in SF 255, Block 3b. For ACASS information call 503-808-4612. In SF 255, Block 10 include: 1) The total dollar amount of the Department of Defense contracts and total dollar amount of the contracting awarded the firm in the 12 months prior to this notice; 2) A description of the firms overall design quality management plan, including management approach, coordination of disciplines and subcontractors, and quality control procedures; and 3) An organization chart showing all named team members and their responsibilities for this contract. The Standard Form 255 will clearly denote the office location for each person identified in Section 7 of the Form. Solicitation packages are not provided for A-E contracts. This is not a request for proposal (RFP). For assistance in interpreting the CBD announcements, please see the CBD Reader's Guide.
Record
Loren Data Corp. 20001109/CSOL006.HTM (W-312 SN5061W6)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 7, 2000 by Loren Data Corp. -- info@ld.com