Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14, 2001 PSA #2788
SOLICITATIONS

C -- ARCHITECT-ENGINEER SERVICES INDEFINITE DELIVERY CONTRACT #180 FOR DESIGN SERVICES AND GEOPHYSICAL INVESTIGATION SERVICES FOR PRIMARILY NAVIGATION PROJECTS

Notice Date
February 12, 2001
Contracting Office
US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
ZIP Code
10278-0090
Solicitation Number
CBAEN-01-0006
Point of Contact
Willien Cunningham, Procurement Assistant 212-264-9123CENAN-EN-MM (1110) 5 February 01CENAN-EN-MM (1110) 5 February 01
Description
THIS IS A SMALL BUSINESS SET-ASIDE -- NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 541330 SIZE STANDARD IS $4.0 MILLION DOLLARS 1. Contract Information: These services will be provided under one (1) indefinite delivery contract. This contract will be for a base period of up to 12-months, with two option periods of up to 12 months each. The contract amount base period plus two options) will not exceed $3,000,000 and will not exceed $1,000,000 per period. Individual task orders will not exceed $1,000,000. This contract will include an option for two (2) additional periods under the same terms and conditions as the basic contract. The Government has the right to exercise the each option period after the monetary limit is reached for the base period and the 1st option period, prior to the expiration of the time period (365 calendar days). Regardless of issuance of succeeding option years, all negotiated task orders will use the 1st year rates for the 1st 365 calendar days of the contract. Likewise, the negotiated rates for the second year will be in effect for the 2nd period of 365 calendar days of the contract. An option period may be exercised when the contracts amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price task orders. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The Government's obligation to guarantee a minimum amount for payment will apply to all three years. The guarantee minimum is $20,000 for the first year and $10,000 for the second and third years. This solicitation is set-aside for Small Businesses. One firm will be selected from this announcement. 2. Project Information: Indefinite delivery contract for the preparation of studies, reports and design documents related primarily to navigation projects. The primary area where services will be performed is within the NY District boundaries.3. The specific abilities and disciplines required include (but not limited to): Project Manager, Civil Engineer, Structural Engineer, Geotechnical Engineer, Geologist, Geophysicist, Land and Hydrographic Surveyors, Technical Writer, Draftsperson/CADD Operator, and GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst).4. Special Qualifications: Expertise with Geophysical and Geological Investigations to include: 1) extensive experience and knowledge of various geophysical exploration methods including Seismic Reflection, Sub-bottom Profiling, Side Scan Radar, Hydrographic Surveys and Magnetics. Should have a strong understanding of wave theory and geophysical processing techniques. Proven record demonstrating ability to integrate various geophysical, hydrographic and geological data to create profiles, cross-sections and maps of bedrock structure and sediment thickness (isopach) in a marine environment. Must be able to orally present results and electronically document maps and data using state of the art computer techniques.2) Detailed geological (Stratigraphy and Petrology) expertise of the New York Metropolitan Area with specific emphasis on the sediments and rocks that occur along the navigation channels in the Port of New York and New Jersey. Proven ability to supervise drill crew in acquiring standard penetration test data (SPT Borings) in a marine environment. Ability to accurately log (SPT) and classify soils using the Unified Soil Classification in association with the Burmister method to quantify minor components. Must be able to describe the lithology of core samples in detail and to document factors (ie fractures) that may determine if a rock formation is dredgable. Must have a working knowledge of geophysics and be able to coordinate with geophysicist to produce detailed profiles, cross-sections, isopach maps and structure maps. The selected firm must have the capabilities within the team to perform subsurface investigations, remote sensing, knowledge of underwater drilling, blasting, and mechanical removal of rock (blasted and unblasted), dredged material disposal site investigations, siting analysis, dredgability of material and design of marine structures. Experience in Army Civil Works procedures including feasibility studies, design documents of deep draft and shallow draft navigation projects, and preparation of Plan and Specifications and Construction Services for deep draft and shallow draft projects. In addition, the firm should indicate their M-CACES experience for civil projects, Microsoft Project scheduling experience, and the QA/QC plan on how the Prime consultant will manager their team to ensure that quality products are delivered to the New York District in block 10 of the SF 255 form. 5. Closing date for submitting of Form 255: 30 days after the initial publication of this announcement in Commerce Business Daily. If closing date falls on a Saturday, Sunday, or Holiday then the actual date will be on the next business day. Firms should submit their qualifications on the November 1992 version of SF 255 and SF 254. The SF 254 should reflect the overall firms capacity, whereas the SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If subcontractors are to be utilitized, 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: 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 New Jersey and the New York District boundaries 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. 6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design.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 the NY District 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 Veteran owned small business and small disadvantaged business firms, Hub Zone small business and Woman owned small business concerns and firms that have not had prior DoD contracts. 7. Start Date:September 2001 Completion: September 2004 8.Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small business. 9. Firms which have not previously applied for New York District projects and firms which do not have a current SF254 on file with the New York District should submit two of the SF254 with there response to this CBD announcement. Firms using consultants should submit copies of the SF254 for their consultants. 10. Notifications: a. Notification 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 30 days after the date on which the firm received the notification.c. Debriefing(s) will occur within fourteen (14) days after receipt of the written request. d. Copies of all SF 254's and SF 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. Wilien Cunningham, CENAN-EN-M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9123.
Record
Loren Data Corp. 20010214/CSOL005.HTM (W-043 SN50D408)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on February 12, 2001 by Loren Data Corp. -- info@ld.com