|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 24,1997 PSA#1768DEPARTMENT OF THE ARMY, MEMPHIS DISTRICT, CORPS OF ENGINEERS, 167 N
MAIN ST RM B202 ATTN: CELMM-CT, MEMPHIS TN 38103-1894 C -- TWO INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACTS FOR
MULTIDISCIPLINARY PLANNING SERVICES FOR PROJECTS WITHIN THE BOUNDARIES
OR ASSIGNMENTS OF THE MEMPHIS DISTRICT SOL DACW66-97-R-0008 DUE 022097
POC A-E Coordinator ALAN CARDWELL (901) 544-3118 (Site Code DACW66) 1.
SERVICES REQUIRED: A-E services are required for multidisciplinary
planning services that include tasks related to civil works projects
involving flood control; navigation; recreation; fish and wildlife
resource protection and enhancement; water quality management;
socioeconomic analyses; and other water resources related problems and
needs. The services to be procured under this announcement are
classified in Standard Industrial Classification Code 8711. The
proposed procurement listed herein will be an unrestricted procurement,
and submittals from large and small businesses will be considered.
Firms are considered to be small business concerns if the firm's
average annual receipts from the preceding three fiscal years do not
exceed $2.5 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 it intends to subcontract.
The subcontracting goals for this contract are for a minimum of 55% of
the contractor's intended subcontract amount to be placed with small
business (SB) including 8.5% to small disadvantaged businesses (SDB)
and 3% to women-owned businesses (WOB). The subcontracting plan is not
required with this submittal. Work areas will normally be within the
boundaries of the Memphis District (which includes portions of AR, IL,
KY, MO, MS, and TN) but work assignments may be made in other
Districts. Two contracts are anticipated to be awarded in May 1997,
with the contract period of service not to exceed one calendar year
from date of award of the contract, or expenditure of the contract
amount, whichever occurs first. Work to be performed is subject to
satisfactory negotiation of individual task orders not to exceed
$500,000 each or a total of $500,000 for the base year of the contract.
Each basic contract will include two options to extend the contract
period one calendar year for each option and to expend an additional
$500,000 for each option. The criteria to be used in allocating task
orders among the contracts will be performance and quality of
deliverables under these contracts, current capacity to accomplish the
order in the required time, uniquely specialized experience, and
equitable distribution of work among the contractors. 2. PROJECT
INFORMATION: Projects may be at any stage, from the initial planning
stage to the operational and maintenance stage. Planning and evaluation
studies will be required in a variety of potential subject areas
including: flood control, navigation, recreation, environmental
protection and enhancement, fish and wildlife resources, hydrologic
modeling, water distribution and wastewater collection and treatment
facilities, water quality management, socioeconomic analyses, and other
multi-purpose projects. Typical tasks include gathering data and
preparing reports for inclusion in initial evaluation, reconnaissance,
feasibility, or post authorization change studies for Congressional
and Continuing Authorities Programs. Studies will also include work in
environmental assessments and impact evaluations; recreation
development; general transportation economics, and logistical planning;
benefit-to-cost, financial, and market analysis; data collection and
field investigations; and database design and management. Economic and
social analysis tasks may include developing project-related data
bases and structure inventories, preparing projections of economic and
socioeconomic phenomena, identifying area and regional social and
economic profiles, performing flood damage appraisals, conducting
recreational use surveys, etc. Environmental impact analysis may
include gathering data, describing habitats and populations, preparing
environmental impact assessments and statements to meet the National
Environmental Policy Act (NAPA) requirements, or conducting hazardous,
toxic, and radioactive waste (HTRW) initial site assessments according
to ASTM E 1527-93. Work will generally be located within the Memphis
District boundary which encompasses parts of six states including
Illinois, Kentucky, Mississippi, Tennessee, Arkansas, and Missouri.
However, work may also be located anywhere in the United States. 3.
QUALIFICATIONS: Firms must demonstrate in their submission the ability
to meet the following requirements: (A) Adequate professional
personnel with experience in hydraulics and hydrology; geology;
geomorphology; civil, structural, geotechnical, and environmental
engineering; industrial hygiene; cost estimating; biology (terrestrial
and aquatic); flood damage assessment; economics; sociology;
statistics; recreation planning; real estate appraisal;
illustration/cartography; computer programming; computer aided design
and drafting; geographic information systems; archaeology; surveying;
general planning, general contracting; and history. Resumes (Block 7 of
the SF 255) must be provided for key personnel, including
subcontractors, and must clearly demonstrate experience in each of the
above areas. Professional qualifications of key personnel will be
based upon education, experience, professional licensing, registration
in professional societies, certificates, etc. Professional licensing
and/or certification may be required on certain projects. (B)
Sufficient technical and administrative personnel to ensure expeditious
completion of required services; (C) Adequate experienced professional
personnel and computer equipment to deliver final Computer Aided
Design and Drafting (CADD) System drawings on a 3+" diskette in a
format compatible with the INTERGRAPH system of the Memphis District.
4. EVALUATION CRITERIA: Selection will be based on the following five
primary criteria (A, B, C, D, & E) and three secondary criteria (F, G,
& H). All criteria are shown in descending order of importance: (A)
Specialized Experience. Firms and their subcontractors must demonstrate
specialized experience, competence, and qualifications in various
engineering, economics, and environmental disciplines. (B) Professional
Qualifications. The prime firm and/or its sub-contractor(s)
(hereinafter referred to collectively as "firm") must have a registered
Professional Engineer on staff in the disciplines required. The firm
should indicate professional recognition, professional associations,
advanced training, and specific work experience of key personnel. (C)
Capacity. Firms must demonstrate sufficient personnel and equipment in
the disciplines necessary to conduct the required work in an efficient
manner. (D) Past Performance. Performance evaluations on previous
contracts with Government agencies, including DOD, and private industry
in terms of cost control, quality of work, and compliance with
performance schedules will be considered. (E) Knowledge of Locality.
Firms should demonstrate knowledge of geographical features, climatic
conditions, and local construction methods within the Memphis District.
The following three secondary criteria (F, G & H), which are listed in
descending order of importance, will be used as "tie-breakers" among
equally ranked firms after evaluation by the primary criteria; (F)
Geographical Location. Proximity of the firms offices from which the
work will be managed, coordinated, and CADD work performed to Memphis,
Tennessee will be given consideration. (G) Small Business
Considerations. Consideration will be given to firms intending to
subcontract in a manner that contributes toward the Memphis District
subcontracting goals shown under Par. 1. above. If the prime firm can
be considered a small business (the firm's average annual receipts from
the preceding three fiscal years does not exceed $2.5 Million), show
the firm's average annual receipts from the preceding three fiscal
years and state the prime firm is a small business. If the prime firm
can be considered a large business, then show the amount the prime firm
intends to subcontract. Of this intended subcontract amount, show the
amount the prime firm intends to subcontract to Small Business, to
Small Disadvantaged Business, and to Women Owned Business along with
the percentage of the intended subcontract amount for each one. (H).
Volume of DOD Work. Consideration will be given to the volume of work
previously awarded and contractor earnings assigned to the firm by DOD
in the last 12 months (February 1, 1996 to February 1, 1997), with the
object of effecting an equitable distribution of DOD A-E contracts
among qualified A-E firms, including small and small disadvantaged
business firms, and firms that have not had prior DOD contracts. 5.
SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to
perform these services must submit one copy of SF 255 (11/92 Edition)
for the prime and one copy of SF 254 (11/92 Edition) for the prime and
all sub-contractors to: Mr. Alan Cardwell, CELMM-ED-DM, Memphis
District, Corps of Engineers, 167 North Main Street, B-202, Memphis, TN
38103-1894, not later than the close of business (COB) (4:00 pm
Central) 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. The solicitationnumber
should be included in Block 2b of SF 255. Include in Block 3b the
firm's ACASS number. If not available, phone the ACASS Center at
503-326-3459 to obtain a number. In Block 10 of the SF 255, firms are
requested to clearly and succinctly address all qualification
requirements listed under Items 3 and 4 above. All DOD contracts
awarded to the firms and its affiliates (not to include
sub-contractors) during the 12 month period of February 1, 1996 to
February 1, 1997 should be shown, including the contract amount and
whether the contract includes an option year and option amount. Firms
are also required to show the total amount of DOD contract earnings
within the 12 month period stated above by the firms as prime
contractor, without regard to the award date of the contract(s). Also
in Block 10, firms are requested to provide a detailed list of all
pertinent field and office equipment to be used on this contract that
distinguishes ownership between prime and subcontractors, if used.
Similarly in Block 10, describe the firm's overall quality management
plan, including management approach, coordination of disciplines, field
crews, and subcontractors, and quality control procedures. A contract
specific quality control plan must be prepared and approved by the
Government as a condition of contract award, but is not required with
this submission. Letters, including transmittal letters, photographs,
brochures and other promotional literature are not desired nor will be
considered. Solicitation packages are not provided to interested firms
for A-E contracts before final firm selection. This is not a request
for proposal. (0022) Loren Data Corp. http://www.ld.com (SYN# 0027 19970124\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|