Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1995 PSA#1296

USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas City, MO 64106-2896

C -- A-E SERVICES FOR ONE OR MORE NEGOTIATED FIRM FIXED-PRICE CONTACTS TO BE AWARDED FOR ENVIR. DOCUMENTATION PREPARATION FOR MIL. INSTALL. WITHIN THE KANSAS CITY DIST. AREA. (EPDI**5059-0053) POC Contract Specialist Wendy M. Rigoli (816) 426-2979 (Site Code DACW41) 1. CONTRACT INFORMATION: The estimated start date is anticipated to commence in May 1995 on an accelerated schedule and completion is expected within a 9-month period. All large businesses 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 Public Law 95-507. This plan is not required with this submittal, but must be approved prior to award to any large business. Of the subcontract amount, goals assigned to the KCD are 60.3% for small business, 9.8% for small disadvantaged business and 2.9% for women-owned small business concerns. Small Disadvantaged Business Goals of less than 5% must be approved two levels above the Contracting Officer, pursuant to DoD FAR Supplement 219.705-4. For informational purposes the small business size for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years does not exceed $2.5 million, the Standard Industrial Classification Code (SIC) is 8712. 2. PROJECT INFORMATION: Projects may include the preparation of environmental documentation, such as environmental documentation, such as environmental assessments impact statements (EIS), records of decision (ROD), notice of intent (NOI), notice of availability (NOA), and associated supporting documents in compliance with the National Environmental Policy Act (NEPA); preparation of supporting studies pertaining to air and water quality (including wetland identification and delineation) evaluations and environmental toxicology impacts, including appropriate modeling, and preparation of requisite Federal and state permits; preparation of biological assessments documenting effects of proposed actions on threatened and endangered species pursuant to the Endangered Species Act, and parallel state laws and regulations; conducting cultural resources studies identifying cultural resources and historic properties which would be impacted by the proposed action, and developing and coordinating mitigation requirements with the State Historic Preservation Officer (SHOP); preparation of economic analyses and impacts including the analyses of capital investments and other expenditures for existing conditions and alternatives in order to determine costs and benefits in terms of standardized life-cycle cost calculations and identify the economically optimal alternative as well as assessing economic and social impacts of proposed actions, making recommendations, and preparing reports and documentation. 3. SELECTION will be based on the following criteria listed in descending order of preference. Items a thru d are the primary selection criteria. The criteria in e and f only will be applied in a tie-breaker situation. a. Professional capabilities. (1) Responding firms shall demonstrate capability in these disciplines (at least one separate individual responsible for each discipline): air emissions/permitting specialist, aquatic biologist, archeologist, economist, endangered species specialist, historian, historic architect, hydrogeologist, sociologist, terrestrial biologist/ecologist, toxicologist, water quality specialist, and wetland specialist. (2) Professional registration of lead designers and project manager. b. Specialized experience and technical competence. Specific specialized experience includes experience similar to that stated above in project information and the following: (1) Design quality management procedures. Your Design Quality Control Plan should include a presentation of internal controls, review and specific quality control processes that will be used to insure a quality design is produced. (Cite in Block 10 of SF 255.) (2) Experience in preparing drawings compatible with Intergraph Microstation version 5.0. (Cite in Block 10 of SF 255.) (3) Experience in construction cost estimating using MCACES Gold or Composer Plus should be indicated. (Cite in Block 10 of SF 255.) c. Capacity to initiate and complete the work within the time parameters of the project. d. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Location of firm in general geographical area of the project. f. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract, measured as a percentage of the estimated effort. g. Volume of DoD contracts awarded in the last 12 months to the prime A-E firm. (Cite in Block 10 of SF 255.) 4. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit an SF 255 to the address listed below no later than close of business (4:00 PM Kansas City time) within 30 days from the date April 6, 1995 of this publication.Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. Only the November 1992 edition of the SF 254/255 will be accepted. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City, Attn: CEMRK-CT-H/HIGGINS, 757 Federal Building, 601 East 12th Street, Kansas City, Missouri 64106-2896. 5. QUESTIONS. Question of a technical nature should be addressed to Al Gehrt at 816 426-3358 and those of an administrative nature to Michelle Higgins,(0061)

Loren Data Corp. http://www.ld.com (SYN# 0031 19950303\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page