|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1998 PSA#2098Panama Canal Commission, Purchasing and Contrats Branch, Contracting
Division, Unit 2300, APO AA, 34011-2300 C -- ARCHITECT AND ENGINEERING SERVICES SOL A-E 170001 DUE 052798 POC
Tom Duncan, Contrat Specialist, (507) 272-3140, Efrain Isaza,
Contracting Officer, (507) 272-7205 whis action modifies a previously
announced procurement action advertised as ARCHITECT AND ENGINEERING
SERVICES on April 23, 1998. The due date is now May 27, 1998, the
Contracting Officer is Efrain Isaza, and a physical address is provided
for submission of qualifications. CONTRACT INFORMATION: The Panama
Canal Commission, requires an Indefinite Quantity/Indefinite Delivery,
Firm-Fixed Price, Architect-Engineer Contract for Environmental
Services and Related Responsibilities. Primary services to be provided
include baseline investigations, reviews, assessments and the
preparation of reports for a variety of activities pertaining to the
development of navigation locks, hydropower projects, water supply
tunnels and channels, water supply dams, navigation channel
enlargement, comprehensive watersheds studies, water resource planning
in general, ecosystem evaluation, environmental studies, cultural
resources studies, socio-economic studies, wetlands evaluation and
delineation, fish and wildlife habitat impact evaluation, and GIS
support services. The location of services required may be anywhere
within the boundaries of the Country of Panama and generally around the
Canal area and watershed. The contract will be for a base period not to
exceed one year with two option periods not to exceed one year each. An
option period may be exercised when the amount of the current period
cost ceiling has been exhausted. The cost ceiling of all tasks orders
for the base year will not exceed $1 Million. Each optional contract
period value will not exceed $1 Million. Each task order will be
limited to $500,000.00 2. PROJECT INFORMATION: The A-E contractor will
be required to provide the appropriate personnel, materials and
equipment necessary to perform items of work to be accomplished which
will relate principally to reconnaissance investigations, reviews and
assessment studies that require engineering, economic, operational,
social and environmental evaluations of concept recommendations and
alternative actions. Environmental study activities shall include
preparation of Environmental Evaluations and Environmental Impact
Assessments to predetermined criteria for projects up to the conceptual
design level. Items of work will typically consist, in whole or in
part, of initial investigation and/or review of site conditions;
gathering and generation of required environmental data; necessary
coordination; participation in meetings; planning and/or design
syntesis, development, writing and preparation of reports; and
reproduction of reports as identified in the task orders. Desktop
computer graphics, publishing, CADD/GIS stations, and PC support
capabilities are required for data and information management.
Principal fields of expertise include, but are not limited to (1) basic
engineering; (2) hydrology and hydraulics including water quality; (3)
sociology, economics and demographics; (4) landscape architecture,
natural and cultural resources, wildlife management and resource
planning. 3. SELECTION CRITERIA: See Note 24 for generalselection
process. The following selection criteria listed below in descending
order of importance shall be considered primary selection criteria:(a)
Qualified registered professional personnel in the following key
disciplines: engineering as defined above, architecture, and landscape
architecture; adequate professional personnel with experience in the
principal fields of expertise as listed under PROJECT INFORMATION;
professional qualifications of key personnel will be based upon
education, experience, and professional licensing or registration; and
relevant training and certification will also be considered. A list of
all personnel certifications and licenses should be submitted; (b)
Specialized experience and technical competence of the prime firm and
any subcontractors in (1) the technical and administrative requirements
of the U.S. Federal environmental protection statutes and policies
including, but not limited to, the National Environmental Policy Act,
the Clean Water Act, the Endangered Species Act, and the National
Historic Preservation Act, (2) the study, conceptualization of
solutions and project site selection and design, (3) incremental cost
and benefit calculations and habitat unit estimation using HEP, (4)
CADD computer technology so as to be able to deliver drawings in a
format compatible with the AUTOCADD system, (5) water supply system
analysis, simulation and design and (6) small remote water supply dam
site investigations; (c) Capacity of the firm to accomplish the
anticipated work in the required time and ability of the firm to
perform work on several task orders simultaneously; (d) Past
Performance on quality of work, and compliance with performance
schedules. (ACASS reports will be used for past performance on
Government projects). Criteria e-g are listed in descending order of
importance. They are considered secondary selection criteria and will
only be used as "tie-breakers" among technically equal firms. (e)
Knowledge of the locality (local environment) of the Panama Canal; (f)
Locationof the firm; (g) Volume of contract awards in the last 12
months. 4. SUBMISSION REQUIREMENTS: Interested firms having the
capabilities to perform this work must submit a current completed
Standard Form 255(SF 255, 11/92 edition), "Architect-Engineer and
Related Services Questionnaire for Specific Project" and any
supplemental information which documents the firm's qualifications.
Firms must submit a detailed quality control plan with their proposal
that outlines specific quality control procedures for this contract and
specifically addresses quality control procedures between the prime and
any subcontractors. Firms must also submit a list of their significant
equipment and software, including email and ftp capabilities that are
intended to be used on this contract. All responding firms which do
not have a current (within the past 12 months) SF 254 on file with this
office must also furnish a completed current SF 254. Include the
firms's ACASS number in SF 255, block 3b. FOR ACASS information, call
(503) 808-4591 or 4950. Interested firms must provide submittals to the
above address not later than 4:00 PM Eastern Standard Time on the 13th
calendar day after the date of this announcement. If sent by courier
or hand carried, submit to Panama Canal Commission, Contracting
Division, Bldg. 5, First Floor, Balboa Industrial Area, Balboa, Panama.
If the 13th day is a Saturday, Sunday, or Federal Holiday, the deadline
is the close of business of the next business day. Submittals after
this date and time will not be considered for selection. This is not a
request for proposal. (0135) Loren Data Corp. http://www.ld.com (SYN# 0019 19980519\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|