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