Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13,1996 PSA#1741

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR, 26 Federal Plaza, Rm 2133, New York, N.Y. 10278-0900

C -- PUBLICIZING PROCUREMENT OF ARCHITECT-ENGINEER SERVICES FOR SOUTH SHORE OF STATEN ISLAND, NEW YORK SOL CBAEPL-6339-0009 POC Willien Cunningham, Procurement Assistant, 212-264-9123. The study area is located along the South Shore of Staten Island, New York, extending approximately 13 miles along the lower New York Bay and Raritan Bay from Ft. Wadsworth to Tottenville. Scope of Services Required: Provide professional services in performing feasibility and design level studies to provide storm damage reduction to the south shore of Staten Island. These services will entail performing various engineering services related to existing beach conditions, design of coastal and coastal inlet improvements, in addition to providing protection from flooding to interior areas, with such measures as levees, floodwalls, pumping stations, tide/flap/sluice gates, etc. This may include aerial (photogrammetric), cross shore profiles, hydrographic, and/topographic surveys; development and servicing of wave gages and other instrumentation; sand borrow area analyses (including offshore coring); subsurface investigations and analyses; interior drainage analyses; coastal processes analyses; and/or storm damage surveys; residual flooding analysis; foundation analysis; construction plans and specifications; average annual damages and benefits; commercial and recreational boating analyses; recreational use survey analyses; development of coastal and environmental monitoring programs; environmental assessments/analyses and cultural resources analyses for the study location. Technical Capability Required: Civil engineering, coastal engineering with experience in coastal processes analyses and coastal structures, geotechnical engineering, and beach design, structural engineering, flood control, hydrologic engineering, electrical engineering, mechanical engineering, hydraulic engineers, structural engineers, geologist, systems analyst, surveyors, economists, environmentalists/biologists and cultural resources specialists/archaeologists. Familiarity with U.S. Army Corps of Engineers(USACE) procedures and all related regulations. Special Qualifications: Capability and familiarity with the formulation of feasibility style reports for the USACE. Capability and experience with the formulation of Design Memorandums and Plans and Specifications for beach projects for the USACE. Familiarity with current Corp's policy. Experience in technical writing and report presentation, including capability to prepare public involvement reports and presentations using software applications such as Powerpoint and Persuation. CADD capability(Intergraph Microstation). Subsurface exploration capabilities (including side scan sonar capabilities, ability to input data into the GIS database, mapping, aerial photography, ability to obtain borings(land and water based) and perform a laboratory analysis, ability to perform and document a remote sensing investigation(of an offshore borrow area), expertise in designing instrumentations of pump systems, ability to use HECIFH-Hydraulic Engineering Center Interior Flood Control Package, environmental testing and analysis, P.E. or P.L.S. certification of supervisor/key personnel, actual experience in the following: (1) littoral budget, (2) beach, coastal and coastal inlet structure design (such as bulkheads, jetties, groins, etc.), (3) flood control structure design, (4) interior drainage analysis, (5) beach surveys, (6) storm damage survey and coastal processes analysis, (7) foundation analysis, (8) recreational use analysis, (9) hydrographic surveys, (10) mapping, (11) aerial photography, (12) environmental assessments, (13) cultural resources assessments, (14) cost/benefit analyses on civil works projects, especially storm damage reduction projects, (15) estimating(with experience on civil works projects, especially storm damage reduction projects), (16) cost estimating(including ability to produce MCACES Gold estimates). In addition, the firms should indicate, in block 10 of SF-255, a QA/QC plan on how the prime consultant will manage their team to ensure that quality products are delivered to the New York District. Closing Date for Submission of Form 255: 30 days after CBD advertisement. Estimated value of contract: $1,000,000-5,000,000. Evaluation Factors(in Descending Order of Importance): 1) Professional qualifications necessary for satisfactory performance of the required services. 2) Specialized experience and technical competence of the firm in the type of work required. 3) Capacity of the firm to accomplish the work in the required time including qualifications of key personnel. 4) Past experience, if any, of the firm with respect to performance on Department of Defense A/E contracts, in terms of cost control, quality of work, and compliance with performance schedules. 5) Location in the general geographic area of the New York District and knowledge of the locality of the project site, provided that there are a sufficient number of qualified firms within the area. 6) The extent or participation of SB, SBD historically black colleges and universities, and minority institutions is secondary selection criterion and will be used as a "tie-breaker", if necessary. 7) Volume of work previously awarded to thefirm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and disadvantaged business firms and firms that have not had prior DoD contracts. This is a secondary selection criterion which will be used as a "tie-breaker" if necessary. Estimated start: 1 July 1997. Estimated completion: 1 Feb 2001. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with Public Law 95-507. Three separate contracts would be written against this solicitation. One for the feasibility study, one for a design memorandum phase, and one for preconstruction engineering and design. The submittals should be sent in triplicate to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, U.S. Army Corps of Engineer New York District, 26 Federal Plaza, New York, New York 10278-0090. Only those submittals incorporating the 11-92 revisions of the SF 254 and SF 255 will be considered. Furthermore, special attention should be given to the manner in which these forms are completed. The SF 254 should reflect the overall capacity of the firm. Whereas, the SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Closing date for this announcement will be 30 days from publication. If this day falls on a Saturday, Sunday or Holiday, the new closing date will be the next business day. 1) Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after preselection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. 2) The A/E's request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. 3) Debriefing(s) will occur within 14 calendar days after receipt of the written request. 4) Copies of all SF 254's & SF 255's of all firms, who are not short listed, will be held for 30 calendar days after notifications are sent out. Note: Firms who have not previously applied for NYD projects and firms who do not have a current SF 254 on file with NYD should submit two copies of SF 254 on initial response to our CBD. (0346)

Loren Data Corp. http://www.ld.com (SYN# 0014 19961213\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page