|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1998 PSA#2236U.S. Army Engineer District, San Francisco, COE, Attn: CESPN-CT, 333
Market Street, Room 704, San Francisco, CA 94105-2197 C -- INDEFINITE DELIVERY ORDER CONTRACT FOR HYDROLOGIC, HYDRAULIC AND
COASTAL ENGINEERING SERVICES SOL DACW07-99-R-0005 DUE 010599 POC
Elizabeth Aguila, Contract Specialist, (415)977-8505 Indefinite
Delivery Order Contract for basin hydrology studies, floodplain
analyses, hydraulic design analyses for flood control as well as
environ- mental restoration projects, sedimentation studies and
analyses associated with coastal processes. The contractor may also be
called upon to prepare study/design drawings using computer aided
design and drafting (CADD) and delivering the drawings in the following
electronic digital format: 1) Autodesk AutoCAD CADD software, release
14 (and/or higher), with Windows-95, -98 or -NT operating system and/or
2) Bentley Microstation CADD software with Microstation-95 or -SE, or
Windows-95, -98 or -NT 4.0 x 86 operating system. The Government will
only accept the final product for full operation, without conversion or
reformatting, in the target CADD software format. The Government may
also request that the final product be provided in an HEC-2 or HEC-RAS
format. The "Experience Profile Codes" listed in the SF 254, which
apply, are: 073, 092, 102, 114 and 115. Item 4 of SF Form 255 shall
indicate personnel strength of the principal firm at the office where
work is to be accomplished. Additional personnel strength, including
consultants, may be indicated parenthetically. In order to be
considered for selection, you must note in Block 10 of the SF 255 all
DOD contracts awarded to your firm and all affiliates (do not include
consultants) during the last 12 months along with the dollar amount of
the awards and the total amount awarded. This announcement is open to
all businesses regardless of size. 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 that it
intends to subcontract. The subcontracting goals for this contract are
that a minimum of 40% of the contractor's intended subcontract amount
be placed with small businesses (SB), including small disadvantaged
businesses (SDB), and 8% be placed with SDB. The plan is not required
with this submittal. The A-E Pre-selection Board will use a numerical
scoring system to establish maximum scores for each firm on each of the
six agency evaluation criteria stated in relative order of importance
in Note 24 including the following sub-criteria: Criteria 1 thru 5 are
primary, while 6 thru 8 are secondary and will only be used as
tie-breakers among technically equal firms. 1. Professional
Qualifications: The evaluation of staff- Hydrologists,
Geomorphologists, Hydraulic Engineers and Coastal Engineers -- will
consider education, training, registration, overall and relevant
experience, and longevity with the firm. 2. Specialized Experience:
Demonstrated experience with the following in the last two years: (a)
HEC-2 or HEC-RAS, HEC-1 or HEC-RMS, HEC-6 and SAM computer programs;
(b) SBEACH, RCPWAVE, SED2, GENESIS and RMA-2 computer programs to deal
with nearshore hydro- dynamics and littoral processes; (c) shoreline
change rate detection from aerial photographs and surveys; (d)
hydraulic design for habitat restoration; and (e) Word, Excel and
Powerpoint computer software. 3. Capacity to Accomplish the Work.
Ability to meet the schedule of the overall project and/or certain
phases. Ability to provide a minimum number of teams or crews for
inspections, data collection or similar services. 4. Past Performance.
Past performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules. 5.
Knowledge of Locality: Project experience in San Francisco District and
knowledge related to project locality, such as geological features and
climatic conditions. 6. Extent of Participation.: Extent of
participation of SB, SDB, historically black colleges and universities,
and minority institutions in the proposed contract team -- measured as
a percentage of the total estimated effort. 7. Volume of DOD
Contracts: Volume of DOD contracts awarded in the last 12 months as
described in Note 24. 8. Geographic Location: Location of the essential
staff for this project (or a commitment to locate) in the general
geographical area of the projects. The A-E Selection Board will use the
same numerical scoring system as the A-E Pre-Selection Board. Firms
desiring consideration must submit a SF 254 (if not already on file)
and an SF 255 within 30 calendar days from the date of this notice. An
indefinite delivery order contract is expected to be awarded for a
12-month period starting about February 1999 with an option to renew
for an additional one-year period. Cumulative total for all work orders
will not exceed $750,000 for the term of the contract and each work
order will not exceed $150,000. The option year will be for an
additional ceiling of not to exceed $750,000. The contract will include
a schedule of overhead and wage rates upon which costs of work orders
will be based for the one-year period as well as the option year. At
the time a specific requirement becomes known, a scope of work will be
provided to the Contractor and a final price for the particular work
may be negotiatedin accordance with the contract terms. Further
information may be obtained by contacting Mr. Carlos Hernandez at (415)
977-8590. Firms desiring consideration shall submit appropriate data as
described in numbered Note 24. This is not a "request for proposal".
Posted 12/03/98 (W-SN276757). (0337) Loren Data Corp. http://www.ld.com (SYN# 0019 19981207\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|