|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1995 PSA#1446Federal Highway Administration, 610 East Fifth Street, Vancouver, WA
98661-3893 C -- ARCHITECT/ENGINEERING SERVICES, GEOTECHNICAL ENGINEERING SERVICES
SOL DTFH70-96-R-00003 DUE 110795 POC Julee McTaggart or Debra Buchanan,
(360) 696-7520; for technical information, call Bill Parsons, (360)
696-7726 TWO AWARDS WILL BE MADE UNDER THIS SOLICITATION. Sources
sought for two Indefinite Delivery, Indefinite Quantity contracts to
provide geotechnical engineering related services for the design and
construction of roads and bridges. One contract will be for services in
the states of Alaska, Oregon and Washington (AOW Contract). One
contract will be for services in the states of Idaho, Montana and
Wyoming (IMW Contract). This work will generally be in National Parks
and in or near National Forests on either public lands or on public
road corridors with abutting private land. Projects typically range
from 2 to 12 miles in length. Services include: perform site history
reviews and geologic reconnaissance; perform geologic subsurface
explorations and prepare boring logs, classify soil and rock, and
determine ground water information; plan and develop exploration
requirements, and manage field explorations; provide field and
laboratory testing of soil and rock samples; perform geotechnical
engineering analysis to determine critical design elements and design
recommendations; and develop instrumentation plans. Contractors shall
be capable of performing in all three states of the specific contract
(AOW or IMW) for which they desire to be considered. Contractors
desiring to be considered for both contracts must submit a separate
response for each, designating the specific contract area to which each
response is applicable. This solicitation is a small business
set-aside. For a firm to be considered a small business, the annual
average gross revenue of the firm for the last 3 fiscal years must not
exceed $2.5 million. Contract clause 52.219-14, LIMITATION ON
SUBCONTRACTING, will have the successful offeror agreeing that at least
50 percent of the cost of contract performance incurred for personnel
shall be expended for employees of the offeror. The term of each
contract will be for a 1-year Base Period with four 1-year extensions
possible. All work will be set forth in individual Task Orders. During
the 1-year base period, each contract will have a guaranteed minimum
of $20,000 n Orders. The contract maximum during the life of the
contract (base period plus extensions) will be $750,000. The following
criteria in descending order of importance shall be used in the
evaluation of prospective firms and their subconsultants: (1)
professional qualifications necessary for satisfactory performance of
required services; (2) specialized experience and technical competence
in the type of work required; (3) location with in the geographical
area of the contract and knowledge of the locality of the projects, as
it pertains to the types of required services; (4) past performance on
contracts with Government agencies and private industry; and (5)
capacity to accomplish the work in a timely manor. A/E firms meeting
the requirements described in this announcement are invited to submit
a completed SF 254 and SF 255 for themselves and all subconsultants.
Section 10 of SF 255 must be limited to twelve pages if single sided or
six pages if double sided. No other type of submittal is desired and
will not be considered in the evaluation. This is NOT a request for
proposal. A solicitation package is not available. Submit four (4)
copies of your response by 4:00 pm P.D.T. FOR MINORITY, WOMEN-OWNED AND
DISADVANTAGED BUSINESS ENTERPRISES: The Department of Transportation
(DOT), Office of Small and Disadvantaged Business Utilitization
(OSDBU), has a program to assist minority, women-owned and
disadvantaged business enterprises to acquire short-term working
capital assistance for transportation-related contracts. Loans are
available under the DOT Short Term Lending Program (STLP) at prime
interest rates to provide accounts receivable financing. The maximum
line of credit is $500,000. For further information and applicable
forms concerning the STLP, please call the OSDBU at (800) 532-1169.
(0276) Loren Data Corp. http://www.ld.com (SYN# 0012 19951004\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|