|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1995 PSA#1446Dept. of the Army, St. Paul District Corps of Engineers, 190 Fifth
Street E., St. Paul, Minnesota 55101-1638 C -- A-E SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACT FOR HYDRAULIC
AND HYDROLOGIC SERVICES SOL SPPEMA52560121 POC Anthony Foster, (612)
290-5415/Contracting Officer, Denise M. McCarthy, (612) 290-5409
CONTRACT INFORMATION: Architect-Engineering services are required for
an Indefinite Delivery Type Contract for hydraulic and hydrologic
services. The A-E firm will perform the services under individual
delivery orders NTE $150,000 each and NTE a total of $750,000 over a
1-year period. However, the Government obligates itself to obtain no
less than $15,000 in services during the 1-year period of the contract.
The Government may, at its own discretion, extend the contract for an
additional 1 year and an additional $750,000. If the option year is
exercised the Government obligates itself to a total of no less than
$22,000 in services during the period of the contract. This
announcement is open to all businesses regardless of size. The contract
is anticipated to be awarded by April 1996. If a large business is
selected for this contract, it must comply with FAR 52.219- 9 regarding
the requirement for a subcontracting plan on that part of the work it
intends to subcontract. The subcontracting goals for this contract are
that a minimum of 60.3% of the contractor's intended subcontract
amount be placed with small business (SB), including small
disadvantaged businesses (SDB) and women owned businesses (WOB), of
which 9.8% be placed with SDB, and 2.9% with WOB. The plan is not
required with this submittal. The Corps has requested Service Contract
Act wage rates for the following locations: Hennepin, Ramsey, Dakota,
Scott, Olmstead and Blue Earth Counties in Minnesota; Cass and Grand
Forks Counties in North Dakota; Eau Claire, Milwaukee and Dane Counties
in Wisconsin; Clay and St. Louis counties in Missouri; Muscatine County
in Iowa; and Cook county in Illinois. Upon request of any interested
offeror, the Government will request a Service Contract Act wage
determination for other possible places of performance. If you wish the
Corps to obtain a Service Contract Act wage determination for a
location other than one listed above, you must provide the Corps with
a written request for an additional Service Contract Act wage
determination within 30 days after he date of this announcement. That
request must contain the state and county where the offeror proposes to
perform the work. If you are awarded this contract and the place where
you will perform the work is not covered by a Service Contract Act
Wage Determination requested by the Corps and you do not timely request
the Corps to obtain an additional Service Contract Act Wage
Determination for your particular place of performance, the Corps will
request a Service Contract Wage Determination for your particular
place of performance and incorporate it into the contract (retroactive
to the date of award) with no adjustment in contract price. PROJECT
INFORMATION: The work is for civil works projects, military funded
projects and support for other agencies and is to be accomplished
within the limits of the St. Paul District. The services to be
accomplished include the full range of hydraulic and hydrologic
activities associated with the planning, design and construction of
features such as earth dams, levees, channels, breakwaters and other
water management structures. The products will include reports
containing engineering and scientific studies, evaluations and
conclusions supported by detailed engineering analyses and computations
along with preparation of report plates and drawings. SELECTION
CRITERIA: See Note 24 for general selection process. The selection
criteria in descending order of importance are: a. Professional
capabilities including qualified professional personnel in hydraulic
and hydrologic engineering. b. Specialized experience and technical
competence in the full range of hydraulic and hydrologic engineering
services which may include but are not limited to: (1) studies of
discharge- frequency (computer program HEC-FFA), flow duration,
hydrograph analysis, rainfall-runoff relationships, flood routing
(emphasizing HEC-1 computer model), determination of water surface
profiles (emphasizing HEC-2 computer model), hydraulic design of
channels and other water management structures, interior flood control
designs, surface water and groundwater availability, and water budget
studies; (2) real-time hydrologic modeling using computer programs
such as HEC-1F, HEC-5 and UNET; (3) collection of hydrologic, hydraulic
and sediment transport field data in small and large rivers to include
water discharge, velocity and total sediment (suspended and bedload)
using Acoustic Dopper Current Profilers (ADCP) for water discharge and
velocity measurements; (4) environmental restoration of rivers, lakes
and wetlands; and (5) fluvial geomorphology experience with regulated
rivers; (6) quality management. The evaluation will consider the
management structure; coordination of disciplines, offices and
subcontractors; and quality control plans. Required information
includes an organization chart of the firm and subcontractors
indicating key individuals in the management, performance and review of
this contract. c. Capacity to accomplish 4 delivery orders with
overlapping schedules. d. Past performance on contracts with respect to
cost control, quality of work and compliance with performance
schedules. e. Extent of participation of SB, SDB, WOB, historically
black colleges and universities, and minority institutions in the
proposed contract team, measured as a percentage of the estimated
subcontracting effort. f. Location of the firm in the general
geographical area of the St. Paul District. g. Volume of DOD contract
awards in the last 12 months as described in Note 24. Volume of work
for the St. Paul District will also be considered under this factor.
The last three factors, minority business, location and volume of DOD
work, will not be used unless more than one firm is considered highly
qualified. SUBMITTAL REQUIREMENTS: Interested A-E firms having the
capabilities to perform this work must submit two copies of Standard
Form 255, and separate Standard Form 254 for the prime and all
consultants/subcontractors (only the 11-92 revised edition of these
Standard Forms will be accepted) to the below address not later than
close of business on the 30th day after the date of this announcement.
If the 30th day is a Saturday, Sunday or Federal holiday, the deadline
is the close of business of the next business day. A-E firms shall
indicate their business size in item 3 of Form 255. Responding firms
must indicate the following in item 10: 1) the number and amount of
Department of Defense contracts and the total amount of contracting
awarded in the 12 months prior to this notice; 2) include the
percentage of the estimated subcontracting amount that would go to SB,
SDB, WOB, historically black colleges and universities, and minority
institutions; and 3) a description of the firms overall design quality
management plan, including management approach, coordination of
dsciplines and subcontractors, and quality control procedures.
Information, number of personnel and past job experience provided in
the Standard Form 255 shall reference the firm or local office
providing the service and all designated subcontractors. This
procurement is unrestricted. SIC Code: 8711; (size standard for this
SIC Code is $2.5 million). Solicitation packages are not provided for
A-E contracts. This is not a request for proposal. Send responses to
Department of Army, St. Paul District, Corps of Engineers, ATTN:
CENCS-CT, 190 5th St. E., St. Paul, Minnesota 55101-1638. See Note 24.
For Standard Form information or questions call Mr. Tony Foster at
(612) 290- 5415. (Ref. No. SPPEMA52560121). (0276) Loren Data Corp. http://www.ld.com (SYN# 0023 19951004\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|