Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1998 PSA#2236

U.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