|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR 26
Federal Plaza, Rm 2133, New York, N.Y. 10278-0900 C -- INDEFINITE DELIVERY CONTRACT #170 & 171 FOR DESIGN SERVICES FOR
PRIMARILY FLOOD CONTROL PROJECTS SOL CBAEEN-028-0011 POC Willien
Cunningham, Procurement Assistant 212-264-9123. 1. Contract
Information: Two indefinite delivery contracts will be negotiated and
awarded, each with a base period not to exceed one year and two option
periods not to exceed one year each. The amount of work in each
contract period will not exceed approximately $1,000,000. Each delivery
order will not exceed $1,000,000. An option period may be exercised
when the contract amount for the base period or preceding option period
has been exhausted or nearly exhausted. Work will be issue by
negotiated firm-fixed-price task orders. The Government's obligation to
guarantee a minimum amount for payment will apply to all three years.
The guaranteed minimum is $20,000 for the first year and $10,000 for
the second and third years. Two firms will be selected from this
announcement. 2. Project Information: Indefinite delivery contract to
perform various engineering services related to existing floodplain
conditions and design of flood control projects. These services may
include aerial photography, hydrographic andtopographic surveys
including stream profiles and cross-sections, developing and servicing
stream gages and other instrumentation, hydrology, hydraulics and
interior drainage analysis and design, subsurface investigations and
soil analyses, geotechnical and structural analysis and design, flood
damage surveys and economic analyses, civil engineering and site
layouts, electrical and mechanical engineering analysis and design,
architecture, hazardous, toxic and radioactive waste investigations,
especially with respect to soil, groundwater and runoff, cost
estimating using MCACES Gold software, specification writing,
Intergraph-compatible CADD, technical writing, preparation of
construction plans and specifications, environmental impact assessments
and analyses, and development of flood warning systems. The project
area is primarily within the New York District boundaries in parts of
New York, New Jersey, Massachusetts and Vermont, and other Corps of
Engineers locations. All work performed pertaining to any contracts
issues from this contract may be done using the metric system. 3. The
specific abilities and disciplines required (but not limited to)
include: Project Manager, Civil Engineer with experience in flood
control analysis and flood control structures, Hydrologic and Hydraulic
Engineers, Structural Engineer, Geotechnical Engineer, Environmental
Engineer, Cost Engineer, Geologist, Soils and Geophysics Engineer, Land
and Hydrographic Surveyors, Technical Writer, Draftsperson / CADD
Operator, GIS Specialist (Geographer, Cartographer or Geospatial Data
Analyst), Mechanical Engineer, Electrical Engineer. 4. Special
Qualifications: Expertise with flood control planning and procedures,
design of flood control projects including channel modifications,
flumes, levees, floodwalls, interior drainage facilities (pump
stations, ponding areas, piping systems), closure structures,
floodproofing, detention structures (dams and reservoirs), surveying
and subsurface investigations and the ability to input data into a GIS
database, P.E. or P.L.S. certification of supervisory / key personnel.
Experience in Army Civil Works procedures, including feasibility
studies, preparation of design documents, plans and specifications, and
construction services for flood control projects. The selected A-E firm
will be required to furnish original drawings on Mylar and in digitized
format on Intergraph or Autocad. All documents and specifications are
to be submitted in hard copy as well as in MS Word 7.0 format on
PC-formatted diskettes. In addition, the firms should indicate their
MCACES experience for civil projects, Microsoft Project scheduling
experience, and the QA/QC plan on how the Prime Consultant will manage
its team to ensure that quality products are delivered to the New York
Districts.. 5. Closing date for submission of Form 255: 30 days after
the initial publication date of this announcement in Commerce Business
Daily. If closing date falls on a Saturday, Sunday or holiday, then
the actual date will be the next business day. Firms should submit
their qualifications on the November 1992 version of the SF 255 and SF
255. The SF 254 should reflect the firm's overall capacity, whereas
the SF 255 should reflect only the personnel dedicated to the specific
project referenced in the submittal. If subcontractors are to be
utilized, an SF 254 must be submitted for each subcontractor. These
guidelines should be closely followed, since they constitute procedural
protocol in the manner in which the selection process is conducted. 6.
Evaluation factors in descending order of importance: Boards will
evaluate firms' qualification strictly on the basis of the announced
selection criteria and their stated order of importance. The criteria
will be applied as follows: A. Primary Selection Criteria 1.
Specialized experience and technical competence in the type of work
required. 2. Professional qualifications necessary for satisfactory
performance of required services. 3. Past performance on contracts with
government agencies and private industry in terms of cost control,
quality of work and compliance with performance schedules. 4. Capacity
to accomplish the work within the required time. 5. Knowledge of the
locality and location in the general geographical area of the United
States Military Academy in West Point, NY provided that application of
this criterion leaves an appropriate number of qualified firms, given
the nature and size of the project. Note: Firms are encouraged to
submit from any geographical area. B. Secondary Selection Criteria 1.
Extent of participation of small businesses, small disadvantaged
businesses, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage
of the total estimated effort. 2. Geographic Proximity in relation to
location of project. 3. Volume of work previously awarded to the firm
by the Department of Defense, with the object of effecting an equitable
distribution among qualified A/E firms, including small and small
disadvantaged business firms and firmsthat have not had prior DoD
contracts. 7. Start Date / Completion Date: 15 August 1998. 8. 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 possible
extent with small and small disadvantaged firms in accordance with
Public Law 95-507. If a large business firm is selected, an acceptable
small business subcontracting plan shall be submitted prior to award.
9. Firms which have not previously applied to New York District
projects and firms which do not have an current SF 254 on file with the
New York District should submit two copies of their SF 254 with their
response to this CBD announcement. Firms using consultants should
submit copies of the SF 254 for their consultants. 10. Notifications:
a. Notifications of all firms will be made within ten (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. b. The A-E's request for a debriefing must be
received by the selection chairperson within thirty (30) days after the
date on which the firm received notification. c. Debriefings will occur
within fourteen (14) days after receipt of the written request. d.
Copies of all SF 254's and 255's of all firms who are not selected will
be held for thirty (30) calendar days after notifications are sent out.
11. Three (3) copies of the submittal should be sent to Ms. Willien M.
Cunningham, CENAN-EN-M, Room 2133, 26 Federal Plaza, New York, NY
10278-0090, (212) 264-9123.) (0028) Loren Data Corp. http://www.ld.com (SYN# 0026 19980130\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|