|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1997 PSA#1792US Army Corps of Engineers, P.O. Box 1070 Nashville, TN 37202 C -- TWO INDEFINITE DELIVERY CONTRACTS FOR ENGINEERING AND PLANNING
SERVICES SOL DACW62-97-R-0009 POC Jim Deal, 615-736-5614, Ginny Selwyn,
Contracting Officer, 615-736- 7276. 1. CONTRACT INFORMATION -- Two
contracts will be awarded to perform engineering and environmental
services within the boundaries or assignment area of the Nashville
District. Contract time period will be for 1 year with an option for 2
additional 1-year contract extensions for a total possible contract
length of 3 years. The total amount of all task orders for the base
year will not exceed $1 Million. Each optional contract period value
will not exceed $1 Million. The total potential contract value is $3
Million for each contact. Task orders limits are $1 Million. Tasks will
be directed by individually issued task orders. Groups with prime-sub
relationships or joint ventures wil be considered as well as firms
having all disciplines in-house. Responding groups or firms must have
demonstrated competence and experience in each of the task areas noted
below. The minimum award under each contract will be $20,000 for the
base year. The contracts are anticipated to be awarded in June 1997.
Ordinarily, taskorders will be placed to ensure an equitable
distribution of work between the two contracts. However, a task order
may be placed with the other contract if the primary contractor does
not have the capacity to complete the order in the required time period
or the primary contractor has performed unsatisfactorily on previous
orders under the subject contract. If a large business is selected for
this contract, it must comply with FAR 52.219-9 regarding the
requirement for submission of a subcontracting plan. The subcontracting
goals for the District with Small Business are 55%; including small
disadvantaged business of 8.5%; and woman owned small business of 3%.
The plan is not required with the submittal. 2. PROJECT INFORMATION --
Tasks may include but are not limited to planning services, economic
analyses, hydraulic and hydrology assessments, geotechnical anaylses,
general civil and environmental engineering, landscape architecture and
site planning; archeological and cultural resources inventories;
bioengineering studies; Phase 1 hazardous, toxic and radiological waste
assessments; hazardous and toxic waste management; environmental
assessments; NEPA documentation; and biological services including
endangered species surveys and wetland delineation for the Nashville
District's Civil and Military Works Program. 3. SELECTION CRITERIA --
See Note 24 for general selection process information. The selection
criteria are listed below in descending order of importance. Criteria
a-d are primary. Criteria e-f are secondary and will only be used as
"tie-breakers" among technically equal firms. (a.) Professional
qualifications of the key project management and technical personnel to
be assigned to the contract. Evaluation factors will include the
education. training, experience, and registration of these personnel;
(b.) Specialized experience and technical competence of the prime firm
and any subcontractors in the type of work required. Evaluation
factors will include the effectiveness of the proposed management
structure and the prior working relationship between a prime firm and
any subcontractors. A single point of contact between the A-E and the
Government project managers must be clearly identified; (c.) Capacity
of the firm to accomplish the work. Work will often require
simultaneous action on several design tasks at any one time. Capability
to respond to these tasks in a quick and effective manner must be
demonstrated; (d.) Past performance and experience on DOD and other
contracts with respect to cost control, quality of work, and compliance
with schedules; (e.) Geographical proximity of the office responsible
for task order negotiations and production of the work in relationship
to the Nashville District Office and the general geographical area of
the Nashville District; (f.) Volume of DOD contracts within the last
twelve months with the object of effecting an equitable distribution of
contracts among qualified A-E firms including small and small
disadvantaged business firms. 4. SUBMISSION REQUIREMENTS See Note24 for
general submission requirements. Firms desiring consideration are
invited to submit 1 copy of an updated and accurate SF 254 (11/92
edition) and SF 255 (11/92 edition). A current SF 254 is also required
for all subconsultants. If the prime contractor to perform the work is
located in a branch office, the SF 255 shall reflect key disciplines
and experience for the branch office only. Include the firm's ACASS
number in SF 255, Block 3b. The business size status (large, small and
/or minority) should be indicated in SF 255, 3b. Definition: A concern
is small if the annual receipts averaged over the past 3 fiscal years
do not exceed $2.5 million. The S.I.C. Code is 8711. For ACASS
information, call 503-326-3459. Firms submitting SF 254 and SF 255 by
the closing date of 25 Mar 97 will be considered for the work. No other
general notification to firms under consideration for this work will be
made and no further action is required. This is not a Request for
Proposal. Solicitation packages are not provided for A-E contracts.
Personal visits for the purpose of discussing the work are discouraged.
Telephone calls are welcomed. For SF 254 and SF 255 submittals by
express mail, the delivery address is: U.S. Army Corps of Engineers,
Estes Kefauver Building, 110 Ninth Avenue South, Nashville, TN 37203,
ATTN: CEORN-CT, Room A-604. (0057) Loren Data Corp. http://www.ld.com (SYN# 0038 19970228\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|