Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21, 2000 PSA #2752
SOLICITATIONS

C -- INDEFINITE DELIVERY CONTRACT FOR A/E SERVICES FOR GREENWAY AND WATERFRONT PLANNING AND DESIGN OF VARIOUS CIVIL WORKS PROJECTS PRIMARILY WITHIN TH GREAT LAKES AND OHIO RIVER DIVISION BUT COULD BE ANYWHERE WITHIN DISTRICT MISSION BOUNDARIES

Notice Date
December 19, 2000
Contracting Office
U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230
ZIP Code
40202-2230
Solicitation Number
W22W9K-0350-6525
Response Due
January 18, 2001
Point of Contact
Contract Specialist Barbara Simpson (502) 315-6210; Technical POC Harrison Fox (502) 315-6359
Description
1. CONTRACT INFORMATION: The Louisville District plans to procure an indefinite delivery contract for engineering, architectural, and planning services that may include site investigation, planning studies, engineering studies, design development, final design, and the preparation of construction documents, in addition to construction phase services. The proposed services will be obtained by a negotiated firm fixed price contract. Projects will be awarded by individual task orders expected to range from $150,000 to One Million Dollars ($1,000,000), with the maximum contract value not to exceed One Million Dollars ($1,000,000). The contract period is one year from date of award with the option for two additional extensions of one year each with a new $1,000,000 amount for each option year awarded. Expected award date is March 2001. This contract will be proceed on an accelerated schedule; task orders are expected to proceed rapidly and immediately upon award. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 61.4% to Small Business, 9.1% to Small Disadvantaged Business, 5% to Women-Owned Small Business, and 2% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. To be eligible for award, a firm must be registered in the DoD Central Contractor Registrations (CCR) database, via the CCR Internet site at: http://ccr2000.com or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. It is our intent to enter into a Partnering agreement. This could require the selected firm to attend a one-day partnering meeting to define the District's expectations of the A/E, create a positive working atmosphere, encourage open communications, and identify common goals. A great emphasis will be placed on the A/E's quality control procedures as the Louisville District will not review quality into the project. The A/E selected will be required to submit a sample quality control plan for approval as a condition of contract award. 2. PROJECT INFORMATION: Services will consist of, but not be limited to, greenway planning and engineering services support for civil works construction projects. Responding firms should have personnel capable of performing work in the following areas: 1) greenway planning and design; 2) road design, paving, and resurfacing; 3) design of pedestrian and bicycle trails; 4) site work including planning, grading, and drainage; 5) landscape planning and design; 6) hydrologic and hydraulic analyses and design activities for small bridges; 7) rest areas and overlooks; 8) design of Small Buildings (stand alone, unheated or heated; e.g. Pavillions, Rest Rooms, etc); 9)environmental restoration; 10) design of promenades and water edge treatments; 11) lighting and electrical design; 12) site surveying; 13) geotechnical activities (soils engineering); 14) structural analysis and design (levee cuts, small bridges, etc.); 15) utility analysis and design for certain features; 16) construction cost estimating using the Micro-Computer Aided Cost Estimating System (M-CACES); 17) environmental impact analysis (NEPA documentation); threatened and endangered species surveys; cultural resources analysis; and hazardous; toxic and radiological waste site clearance phase I analyses for civil projects; 18) life cycle cost analyses; Capable of operating in a GIS environment using ARC-Info, ARC-View, and GeoMedia. Capable of operating in a CADD environment using Microstation; 19) 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; 20) Public Involvement/Awareness Workshops; 21) other A/E studies related to the above. 3. SELECTION CRITERIA: Specific requirements for this project are as follows and must be identified in the SF 255. Submittals will be evaluated against the general evaluation factors listed in Note 24 in descending order of importance. Items (a) -- (e) are primary selection criteria, (f) -- (i) are secondary criteria. All firms will be rated against the following criteria: Professional Qualifications: Professional qualifications of the key management and technical personnel to include appropriate education, training, registration/certification, overall and relevant experience for the following personnel must be documented in the resumes. Two resumes are required for the following fields (a designer and a checker): economics; civil, sanitary, structural (independent of civil), hydraulic/hydrologic, geotechnical (soils engineering), chemical, mechanical, electrical, and environmental engineering; architecture; landscape architecture; community planning; ecology; environmental science; architectural historian; archeologist; biology; botany; geology; and graphics/cartography. The architect, landscape architect, civil, chemical, sanitary, structural, hydraulic/hydrologic, geotechnical, mechanical, electrical, and environmental engineering disciplines must include at least one registered professional. b) Specialized Experience: Specialized experience and technical competence in the expected activities identified in Paragraph 2, Project Information above, as evidenced by the resumes of the personnel assigned to this project, as well as that of the firm. In addition, a brief Design Management Plan, including an explanation of the firm's management approach, management of subcontractors (if applicable), quality control procedures, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in paragraph 10 of the SF 255. c) Greenway Experience: Knowledge and experience in urban waterfront and greenway related work along rivers in the central United States. d) Capacity: Capacity to complete the work in the required time (if a branch office, must have capacity to perform independently of the main office). e) Past Performance: Past performance on DoD and other contracts with respect to cost control, quality control, and compliance with performance schedules. f) Superior Performance Evaluations: Superior evaluations on relevant recently completed contracts. g) Geographical Location: Geographical location and knowledge of the locale of the project. h) Volume of DoD: Volume of DoD contract awards in the last 12 months as described in Note 24. i) Extent of participation: 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. SUBMITTAL REQUIREMENTS: a) See Note 24 for general submission requirements. Firms that are interested and meet the requirements described in this announcement are invited to submit one completed SF-255 (Revision 11-92), U.S. Government A/E and Related Services for Specific Projects to the Office shown above. SF-255 (Revision 10-83) is obsolete and only the 11-92 edition of SF-255 will be accepted. All responses on SF-255 to this announcement must be received no later than 4:30 p.m. local time on January 18, 2001. b) It is requested that interested firms list the fee amount and date of all DOD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF-255. c) Responding firms must submit a current and accurate SF-254 for each proposed consultant. Additionally, all responding firms which do not have a current (within the past 12 months) SF-254 on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF-254. If a SF-254 is included, only the 11-92 edition of the form will be accepted. The business size status (large, small and/or minority) should be indicated in Block 3 of the SF-255. Definition: A concern is small if the annual receipts averaged over the past three fiscal years do not exceed $4 million. d) No other information including pamphlets or booklets is requested or required. e) No other general notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A/E contracts. To receive information or to receive an ACASS number, call (503) 808-4591. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF-255. ACASS Number of the office performing the work should be listed in Block 3 of the SF 255. ACASS Numbers may be obtained by contacting Portland Corps of Engineers website at: http://nwp.usace.army.mil/ct/i or by contacting the Portland Office at 503-808-4591. The Army Single Face to Industry site is http://acquisition.army.mil/default.htm. Release of a firm's status will occur within ten (10) days after approval of any selection. This is not a request for proposals.
Record
Loren Data Corp. 20001221/CSOL001.HTM (W-354 SN509289)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 19, 2000 by Loren Data Corp. -- info@ld.com