Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347

US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090

C -- INDEFINITE DELIVERY CONTRACT #176A FOR PRIMARILY MASTER PLANNING FOR VARIOUS MILITARY INSTALLATIONS, PRIMARILY WITHIN THE NEW YORK DISTRICT BOUNDARIES, BUT MAY EXTEND TO OTHER LOCATIONS WITH THE CONTINENTAL US SOL CBAEEN9-133-0007 POC Willien Cunningham, Procurement Assistant 212-264-9123 Preparation of Real Property Master Plans, Range and Training Land Development Plans. Site Plans for Range and Support Facilities, DoD Privatization Studies (such as Family Housing, Unaccompanied Housing, and Utilities Privatization Scope of services required: Services required include: Preparation of Real Property Master Plans, Range Studies), Information Management Plans for Installation Level Directorates, Space Utilization / Real Property Surveys (to include 1354 preparation), Requirements Documentation (CIS and TAB studies), Transportation Planning Studies, Design Guidelines, Environmental Documentation (Environmental Baseline, Environmental Assessments, NEPA, and ICUZ studies), Cultural Resource studies (including historic structures and archeology), Planning Level Utility Analyses, and Digital Mapping / GIS Development related to master planning (including Tri-Service Standards and on-site GIS support, configuration, and implementation experience). The submittal should also include experience instudies related to the development/privatization of real property resources through the transfer, outgrant, and/or lease of existing real property; including but not limited to, utilities, family housing, community facilities, and lodging. These services will be provided under one indefinite delivery contracts. The cumulative amount of all delivery orders for each contract will not exceed $1,000,000, and each delivery order will not exceed $1,000,000. Delivery orders for each contract may be issued for a period of one year from the date of contract award. The Government has the right to exercise the option for an additional one year after the monetary limit is reached prior to the expiration of the time period (365 days). Each contract will include options for two additional periods under the same terms and conditions as the basic contract. The Government's obligation to guarantee a minimum amount for payment will apply to all three periods. The guaranteed minimum is $20,000 for the first period and $10,000 for the second and third periods. Technical capability required: Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure quality control. The (Prime) firm must identify in their submittal the quantity and number of personnel in each discipline available in their working office. A QA/QC plan must be included in the submission. Specific abilities required include: Military/Urban Planning, Landscape Architecture, Civil and Environmental Engineering, Biology, Wetlands Delineation, Historic Resources and Archeology, Cost Estimating, Land Survey, Acoustics, and Economic Analyst. Specific disciplines required are as follows: Project Manager, Planners, Architects, Landscape Architects, Civil Engineers, Environmental Engineers, Biologist, Archeologist, Historic Architect, Cost Estimator, Survey Crew and Aerial Photographers, Acoustics Specialist, GIS Specialist and Economist. Familiarity with. Senior Project personnel should be registered.. Special Qualifications: Previous experience with New York District military installations is preferred. Firms should indicate experience with preferably DoD projects related to military master planning, military privatization, GIS, services. Experience in the preparation of military master planning documents and project funding justification document (DD1391) is also preferred. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System (ARMS) via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experience with the Corps' M-CACES Gold Cost Estimating program and Excel 4.0, or the firm's capability to use these programs is required. In addition, firms must be able submit all appropriate deliverables in MicroStation CADD, Intergraph Modular GIS Environment (MGE), MS Word, MS Excel, MS Access, ArcInfo, ArcView, and/or Oracle 7.x formats. Closing date for submitting SF-255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11-92 version of SF-255 and SF-254. SF-254 should reflect the overall firm's capacity, whereas, SF-255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance: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 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 New York District's geographic boundaries.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 firms that have not had prior DoD contracts. Approximate Start: October 1999. Approximate Completion: October 2002 Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractors 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, a small business subcontracting plan will be required prior to award. Firms which have not previously applied for New York District projects and firms which do not have a current SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants. a Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection 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 debriefing must be received by the selection chairperson within 30 calendar days after the dateon which the firm received the notification.c. Debriefing(s) will occur within 14 calendar days after receipt of the written request.d. Copies of all SF 254s and SF255s of all firms, which are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123. Posted 05/13/99 (W-SN331041). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0024 19990517\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page