Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 2,1995 PSA#1443

JACKSONVILLE 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