Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1995 PSA#1446

Federal 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