Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24,1997 PSA#1958

JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS, P.O. BOX 4970, JACKSONVILLE, FL 32232-0019

C -- A-E SERVICES FOR WATER RESOURCES PLANNING AND ENGINEERING FOR VARIOUS PROJECTS PRIMARILY WITHIN THE JACKSONVILLE DISTRICT SOL DACW17-98-R-0004 DUE 112497 POC Contract Specialist Robert Mosteller (904) 232-3739 (Site Code DACW17) This solicitation is unrestricted and is open to all firms regardless of size. Up to two (2) Contracts may be awarded from this solicitation. The contract will be an Indefinite Quantity Contract for a period of one year from date of award, with an option to extend for two additional two years. Work will be assigned by negotiated task orders. This solicitation contains the same scope of work for more than one contract. Criteria used in allocating delivery orders among the contracts include performance and quality of deliverables under current contracts, current capacity to accomplish the order in the required time, uniquely specialized experience, equitable distribution of the work among the contractors, and other relevant factors. Maximum order limits are $1,000,000 for each contract year and up to $1,000,000 per delivery order. The Government reserves the right to exercise the contract option period before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. All services will consist of preparation, development, coordination, incorporation of comments, and reproduction of studies, reports, or portions of reports, pertaining to engineering of water resources and related projects. Task Orders will consist of assignments related to flood control, navigation, recreation, ecosystem restoration, shore protection, shoreline erosion, water management, and other Corps of Engineers responsibilities. Analyses shall include but not be limited to plan formulation and design related to hydraulic, hydrologic, coastal processes, recreation, environmental studies/planning, socio-economic studies, cultural resource investigations and design alternatives. The Contractor shall remain available for additional information that may be required following review of reports/studies/plans. The availability of the contractor once the deliverable is submitted for review is crucial to final approval of the report in a timely manner. Resolution of review comments may require that additional work be completed an/or clarified. 1. SPECIALIZED EXPERIENCE OF FIRM. Firms must clearly demonstrate specialized experience and expertise in water resources project with emphasis on flood control, coastal planning and engineering, hydrological/hydraulic planning and engineering, investigative capabilities, preparation of cost estimates using MCACES software, and ability to develop designs using the metric system of measurement. 2. SIZE AND EXPERTISE OF STAFF: Firm must include, but not be limited to, either in-house or through association with qualified consultants, the following U.S. registered personnel, if registration is applicable, as follows: Water Resources Planner, Civil Engineer, Coastal Planner, Regional Planner, Coastal Engineer, Hydraulic Engineer, Hydrologist, Water Quality Specialist, Environmental Engineer, Geotechnical Engineer, Landscape Architect, Geo-Hydrologist, Cost Engineer, Cost Estimator, Engineering Technician, GIS/CADD Technician, CADD Draftsman, Land Surveyor, Biologist, Regional Economist, Economist, Real Estate Specialist, Real Estate Appraiser, Archeologist, Cultural/Archeological Analyst, Social Analyst, Institutional Analyst, Outdoor Recreation Specialist, and Typist and all necessary supervisory and administrative personnel to prepare planning and/or contract bid documents. 3. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firm must have the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dates. 4. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS) will be utilized for prior performance evaluation. 5. VOLUME OF PAST DOD CONTRACT AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. 6. GEOGRAPHIC LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the work (considered the Jacksonville, Florida District Office) will be considered provided there is an adequate number of qualified firms for consideration. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of SF254 and SF255 for the firm or joint-venture and an SF 254 for each subcontractor. In block 4 of SF 255 list only the personnel for the office to perform the work indicated in block 3B. Additional personnel strengths, including consultants, should be indicated parenthetically and their source clearly identified. In block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittalof supplemental attachments to SF 255 per evaluation factors 1-4 is strongly recommended. Submittal package is to be received in this office at the address indicated below no later than 4:00 p.m. Eastern Time on 24 Nov 97. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Small and Small Disadvantaged firms are encouraged to participate as Prime Contractors or as members of Joint-Ventures with other Small Businesses and all interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with the provisions of Public Law 95-507. If a Large Business firm is selected, a Small Business subcontracting plan will be required prior to award. Response to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, 400 West Bay Street, Room 1044, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for a proposal. (0295)

Loren Data Corp. http://www.ld.com (SYN# 0019 19971024\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page