|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2,1995 PSA#1443JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS, P.O. BOX
4970, JACKSONVILLE, FL 32232-0019 C -- A-E SERVICES FOR AN INDEFINITE QUANTITY FOR WATER RESOURCE
PLANNING WITHIN THE JACKSONVILLE DISTRICT. SOL DACW17-95-R-0035 DUE
103195 POC Contract Specialist Robert Mosteller (904) 232-3739 (Site
Code DACW17) This solicitation is unrestricted and is open to all firms
regardless of size. The contract will be an Indefinite Quantity
Contract for a period of one year from date of award, with an option to
extend for an additional year. Work will be assigned by negotiated
delivery orders. Maximum order limits are $750,000 for each contract
year and $150,000 per delivery order. Work will consists of
preparation, development, coordination, incorporation of comments, and
reproduction of studies, reports, or portion of reports pertaining to
flood control, navigation, shore protection and other Corps of
Engineers responsibilities. Analyses will include, but not be limited
to, plan formulation and design, hydraulic, hydrologic, environmental,
socioeconomic and cultural resources. Alternatives for water resource
projects will be developed, evaluated and investigated. 1. SPECIALIZED
EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate
specialized experience and expertise in water resources planning. 2.
SIZE AND EXPERTISE OF STAFF: Firms must have, either in-house or
through association with qualified consultants, registered personnel as
follows: Water Resource Planner, Civil Engineer, Regional Planner,
Water Quality Specialist, Environmental Engineer, Biologist,
Archeologist, Cultural/Archeological Analyst, Hydraulic Engineer,
Hydrologist, Geo-hydrologist, Landscape Architect, Outdoor Recreation
Specialist, Regional Economist, Social Analyst, Institutional Analyst,
Real Estate Specialist, Real Estate Appraiser, Cost Estimator,
Geotechnical Engineer, Engineering Technician, Draftsman, Surveyor,
Typist, Economist, ADP Operator. 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 delivery
order and accomplish it in accordance with scheduled completion dates.
4. PAST PERFORMANCE: Past performance on contracts with Government
agencies and private industry regarding cost control, quality of work
and compliance with performance schedules. Experienc data available to
the Government through the Architect Engineer Contract Administration
System (ACASS) will be utilized to evaluate prior performance. THE
FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS. 5. GEOGRAPHIC
LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the
worksite (considered the Jacksonville District Office) will be
considered provided there is an adequate number of qualified firms for
consideration. 6. VOLUME OF PAST DOD CONTRACTS 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. 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.). Submittal of 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 the
30th calendar day after the date of appearance of this announcement in
the Commerce Business Daily (CBD), or the date at the beginning of the
message, whichever is later. Should the due date fall on a weekend or
holiday, the submittal package will be due the first workday
thereafter. 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 seleced, 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. (0271) Loren Data Corp. http://www.ld.com (SYN# 0008 19950929\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|