Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022

US 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