COMMERCE BUSINESS DAILY ISSUE OF MAY 18, 2001 PSA #2854
SOLICITATIONS
C -- ARCHITECT ENGINEER FOR INDEFINITE DELIVERY CONTRACT (IDTC) FOR A PLANNING AND DESIGN CONTRACT, NEW YORK
- Notice Date
- May 16, 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
- CBAENPL-01-0009
- Point of Contact
- Willien Cunningham, Procurement Assistant 212-264-9123
- Description
- This contract is a small business set aside. The North American Industry Classification System (NAICS) code is 541330; size standard is $4.0 million dollars. These services will be provided under one (1) indefinite delivery type 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. The Government's obligation is to guarantee a minimum amount of payment of $20,000 for the base period and $10,000 for each option period. One A/E firm will be selected from this announcement. Estimated construction cost range is not applicable.Specific Disciplines and Skills: will include, but are not limited to: flood control, coastal processes and engineering, navigation, habitat restoration (estuarine and freshwater), environmental testing and analysis (including preparation of environmental assessments and impact statements), field sampling (biological, physical and chemical), plan formulation, institutional studies and financial analysis, public involvement, geomorphology, bio-stabilization techniques, engineering economics, cost estimating (including ability to produce M-CACES estimates), cultural resources assessment and report writing. Required disciplines include, but are not limited to: planners, civil engineers, coastal engineers, hydraulic engineers, economists, surveyors, geologists, draftsman/illustrator, environmentalists/biologists, ecologists, archeologists, systems analyst, GIS, technician, report writer and word processing.Special Qualifications: will include, but are not limited to: capability and experience to use specialized computer programs such as M-CACES and ArcView, water resources planning (including environmental restoration), formulation and evaluation of alternative plans (including incremental analysis); engineering investigations; environmental inventorying; design and monitoring of freshwater and estuarine habitat, upland and aquatic environmental testing and analysis (chemical and physical); reproduction of studies and reports, and aerial photography. The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handle the large volume of work under strict deadlines. The contractor must demonstrate in their submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced.Supervisory and/or key personnel should have P.E. certification or P.L.S. certification, and should have experience in the following: (1) budgeting, (2) flood control structural and non-structural design, (3) interior drainage analysis, (4) storm damage survey (5) foundation analysis, (6) recreational use analysis, (7) hydrographic surveys, (8) mapping, (9) aerial photography, (10) environmental assessments, (11) environmental data collection (biological, chemical and physical (12) cultural resource assessments, (13) watershed planning, (14) estuarine freshwater habitat mitigation restoration, (15) cost engineering, (16) construction sequencing, (17) hydrodynamic modeling. Closing date for submitting SF 254 and SF255: 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. Applicants should submit their qualifications on the 11/92 version of the SF255 and SF254. SF254 should reflect the firm's overall qualifications, and the SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. The Corps must adhere to strict standards regarding the selection process. Therefore, the applicant should follow these guidelines closely to avoid disqualification 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 to satisfactorily perform 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. Familiarity with the general geographical area within the boundaries of the New York District, provided that an appropriate number of applicants meet these criteria, given the nature and size of the project. Note: Firms from any geographical area are encouraged to submit applications.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 the location of the project.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. Start Date/ Completion Date: June 2002/ June 2005 Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. 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 their initial response to the 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 the approval of the final selection. Notifications will not be sent after a pre-selection approval. The notification will indicate that the firm was not among the most highly qualified firms, and that the firm may request a debriefing.b) The selection chairperson must receive the A/E's request for a debriefing within 30 calendar days after the date on which the firm received the notification.c) Debriefings will occur within 14 calendar days after receipt of the written request. d) Of the firms that are not short-listed, copies of all SF 254s and SF 255s 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-M, Room 2037, 26 Federal Plaza, New York, NY 10278-0090, (212) 264-9123.
- Record
- Loren Data Corp. 20010518/CSOL004.HTM (W-136 SN50M2C4)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|