Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1995 PSA#1446

Dept. 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