Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1995 PSA#1417

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New York, New York, 10278-0090, Attn: CENAN-EN-MR

C -- INDEFINITE DLEIVERY CONTRACT #152 FOR MASTER PLANNING SERVICES IN NEW YORK DISTRICT BOUNDARIES SOL CBAEEN-5233-0033 POC MORRIS BURLSON, CENAN-EN-MR. Location of Work: New York District. Scope of Services required: The preparation of concept studies, tabulations of existing and required facilities, DD1391's, project development borchures, master planning and moblization master planning doucments, environmental assessments and design guides are required. Work will include site investigation and coordination with various Directorates of Public Works and Planning Boards as well as with the appropriate municipal, county, stage, and federal agencies. Any maps and reports that are prepared will be in accordance with the latest AR 415-50, AR 210-20, TB ENG 353 and TB ENG 354. These services will be provided under an Indefinite Delivery Contract. Delivery orders may be issued for a period of one year from the date of contract award. This contract will include an option for one additional year under the same terms and conditions as the basic contract. The cumulative amount of all delivery orders for this contract shall not exceed $750,000 per year. Each delivery order shall not exceed $150,000. The Government's obligation to guarantee a minimum amount for payment will apply to the first year and second year. The first year minimum guarantee is $15,000 and the optional year minimum guarantee is $7,500.00. Technical capability required: The preference is for well-staffed firm which is capable of performing allw ork in-house. Firms must have previous experience with Army and/or Air Force master planning projects. Firms should also be familiar with COE regulations and standards. Firms which will not perform all work in-house must demonstrate how they will manage subcontractors and insure quality control. Firms must identify in their submittal the working office and the personnel per discipline available at the working office. The specific abailities required are: professional planning, landscape architecture, architecture, and civil, electrical, mechanical, structural, environmental, and geotechnical engineering. Firm should also have surveying capabilities. Special Qualifications: The firm must have experience in siting studies, master planning updates, range studies, environmental assessments, installation design guides and condition surveys for roadways, railroad facilities and utility systems (electricl, telephone, water, and sewer lines). The firm must have available for the period of the contract the services of the following professionals registered in the states of New York and New JErsey: a landscape architect, a planner, an architect and an engineer. In addition, the preference is for the professional planner to have a ACIP (American Institute of Certified Planner) designation. A secret clearance may be required. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System (ARMS) via a Hayes or Hayes compatible modem, through an IBM or compatible PC. Past experience with the Corps' M-CACES Gold Cost Estimating program, or the firm's capability to use these programs are required. In addition firms should indicate their CADD capability and Integraph compatibility. Closing date for submitting SF 255. 30 days after advertising date. If this date falls on Saturday, Sunday, or Holiday, the closing date will be on the next business day. Firms should submit their qualifications on 11-92 version of SF 255 and SF 254. SF254 should reflect the overall firms capacity, whereas, SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If subconsultants are to be utilized, a SF 254 must be submitted for each subconsultant. These guidelines should be closly followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance: a. Professional qualifications necessary for satisfactory performance of required services. b. Specialized experience and technical competence in the type of work required. c. Capacity to accomplish the work within the required time. d. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. e. Location in the general geographical area of the New York District boundaries and knowledge of the localities provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. f. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract teams, measured as a percentage of the total estimated effort. g. Volume of work previously awarded to the firm by the Deparmtent of the Defense, with the object of effecting an equitable distribution among qualified A/E firms, including smal land small disadvantaged businesses firms and firms that have not had prior DOD contracts. Start date: July 1996 and Completion date: July 1997. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontracting plan will be required prior to award. Firms which have not previously applied for the New York District projects and firms do not have a current SF 254 on file with the new York District should submit two of the SF 254 with this initial response to the CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants. Three (3) copies of submittals should be sent to Mr. Morris Burlson, CENAN-EN-MR, Room 2133, 26 Federal Plaza New York, N.Y. 10278-0090 (212) 264-9123 (0234)

Loren Data Corp. http://www.ld.com (SYN# 0014 19950823\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page