Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13, 2000 PSA #2725
SOLICITATIONS

C -- DESIGN FOR WATER-RELATED ENVIRONMENTAL INFRASTRUCTURE AND RESOURCE PROTECTIN AND DEVELOPMENT PROJECTS IN CENTRAL NM

Notice Date
November 8, 2000
Contracting Office
US Army Engineer Distr, Albuq, Corps of Engineers, 4101 Jefferson Plaza, NE, Albuquerque, NM 87109-3435
ZIP Code
87109-3435
Solicitation Number
DACW47-01-R-0004
Point of Contact
Linda J. Anderson, 505-342-3451
E-Mail Address
Contract Specialist's E-Mail Address (linda.j.anderson@spa02.usace.army.mil)
Description
1. CONTRACT INFORMATION: One Indefinite Delivery contract will be awarded for water-related environmental infrastructure and resource protection and development projects for various localities primarily within the central Rio Grande Valley (Bernalillo, Sandoval, and Valencia Counties) New Mexico. However, the Contractor may be required to perform work outside this area. Work will be negotiated and initiated by issuance of delivery orders with the contract NTE $1,000,000 per year, total contract NTE $3,000,000 and each delivery order NTE $1,000,000. The successful firm is guaranteed no less than $20,000 in the basic year and, if the option years are exercised, the firm is guaranteed $10,000 per option year. This contract will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. This procurement is unrestricted. 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. In accordance with Public Law 95-707, large business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to Small and Small Disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal is for 61.4% of the subcontracted dollars to go to small businesses with 9.1% and 5.0% of those dollars going to small disadvantaged businesses and woman owned businesses, respectively. To be eligible for contract award, the firm must be registered in the DOD Central Contractor Registration (CCR). Register via the Internet Site at http://www.ccr2000.com or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. The anticipated award date is January 2001. 2. PROJECT INFORMATION: The work will involve design assistance for water-related environmental infrastructure and resource protection and development projects in central New Mexico, including projects for wastewater treatment and related facilities, water supply, conservation and related facilities, stormwater retention and remediation, environmental restoration, and surface water resource protection and development. 3. SELECTION CRITERIA: See Note 24 for the general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will be used as "tie-breakers" among technically qualified firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Responding firms must have and demonstrate experience in engineering studies, design, preparation of plans and specifications, and construction cost estimates for wastewater treatment and related facilities, water supply systems, and stormwater retention facilities. Similar experience with water conservation plans, environmental restoration projects and surface water resource protection and development projects will be advantageous. Firms must demonstrate familiarity the New Mexico Environment Department and USEPA Region VI regulations pertaining to the design of wastewater treatment plants and water supply systems. Firms must also have experience in the preparation of O&M manuals, O&M certification training, construction inspection, shop drawing review and plant start-up for small wastewater treatment plants. Firms must indicate the ability to deliver narratives in Microsoft Word and drawings in MicroStation (version J). Firms must also have an established Quality Control program. (b) PROFESSIONAL QUALIFICATIONS. Firms must have registered professional disciplines for Civil and Sanitary Engineering and Project Management in-house. Firms must also be able to provide registered professionals for Architecture, Electrical, Mechanical, and Structural Engineering, and land surveying. Firms must be able to provide a Cost Estimator with M-CACES Gold experience. Preference will be given to those firms whose Project Manager and Sanitary Engineer have design experience with wastewater secondary treatment systems for small and medium-sized communities. (c) KNOWLEDGE OF THE LOCALITY. Firms' demonstrated knowledge of water-related environmental infrastructure and resource protection issues in New Mexico is advantageous. (d) PAST PERFORMANCE. Past performance on similar contracts with Governmental agencies and private industry in terms of quality of work, cost control, and compliance with performance schedules; (e) CAPACITY. The firm must demonstrate the capacity necessary to accomplish up to three on-going delivery orders for the required services on an as-needed basis. (f) Location of the firm's office with respect to Albuquerque, New Mexico, is advantageous provided there are a sufficient number of qualified firms in the area. (g) Volume of DoD contract awards in the last 12 months as described in Note 24 will be considered. (h) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy 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 the next business day. Solicitation packages are not provided. The solicitation number is DACW47-01-R-0004. Only data furnished by the responding firm on the SF 254 and SF 255 will be considered in the selection process. Personnel qualifications of all key subcontractors are to be included in block 7 of the SF 255. Responding firms are requested to clearly identify those tasks to be performed in-house and those tasks to be subcontracted. In addition, firms shall identify the office locations at which the in-house and subcontracted tasks will be performed. The SF 255 should specifically address the requirements of this announcement. Responding firms are requested to summarize their computer capabilities available for this project and summarize their Quality Management Plan in block 10 of the SF255. Firms responding as Joint Ventures must state the intent in block 5 of the SF 255. FIRMS SHALL PROVIDE REFERENCES, TO INCLUDE TELEPHONE NUMBERS FOR PROJECTS LISTED IN BLOCK 8 OF THE SF 225. FIRMS SHALL LIMIT BLOCK 10 OF THE SF 255 TO NO MORE THAN 10 PAGES. The POC is Linda Anderson. No other general notifications will be made and no further actions will be required from firms under consideration. This is not a Request For Proposal.
Web Link
Albuquerque District Corps of Engineers, Contracting (http://www.spa.usace.army.mil/cntrct/cont.htm)
Record
Loren Data Corp. 20001113/CSOL003.HTM (W-313 SN5062U5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 8, 2000 by Loren Data Corp. -- info@ld.com