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, HYDROLOGY & HYDRAULIC SERVICES SOL DTFH70-96-R-00004 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 hydraulic-related engineering services for the design of roads and bridges in the states of Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. This work will generally be in National Parks and in or near National Forests on either public lands or on public route corridors with abutting private land. Projects typically range from 2 to 12 miles in length. Services include: field reconnaissance reviews; estimations of peak flows; design of fish passage culverts, culverts larger than 48'', minor roadside channels, and storm drains; analysis of flood plains and bridge waterways; design of stream bank and bridge scour protection; and development of water quality monitoring plans. This work typically requires the use of computer models or systems such as HY8, HEC-2, WSPRO, BRI-STARS, and WATSTORE. Hydraulic data shall be submitted on 3-1/2'' disks as IBM PC compatible electronic ASCII files. Contractors shall be capable of performing in all states. 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 in 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) technical competence, knowledge and specialized and recent experience in the hydraulics fied; (2) professional qualifications of hydraulics staff; (3) past performance on contracts with Government agencies and private industry; (4) a staff located within the geographical area(s) of the contract; and (5) capacity and capability to make timely delivery on concurrent task orders. A/E firms meeting the requirements described in this announcement are invited to submit a completed SF 254 and 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# 0014 19951004\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page