|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16,1995 PSA#1452US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New
York, New York, 10278-0090, Attn: CENAN-EN-Mr C -- ARCHITECT/ENGINEER SERVICES FOR MULTIPLE CONTRACT AWARDS, FOR THE
TOTAL ENGINEERING DEVELOPMENT AND DESIGN OF IMPROVEMENTS FOR THE
ATLANTIC COAST OF LONG ISLAND SOL CBAEPL-5265-0038 POC Willien
Cunningham (212)264-9123. Location: Atlantic Coast of Long Island, Fire
Island Inlet to Montauk Point, New York, including the mainland
shoreline of Great South Bay, Moriches Bay and Shinnecock Bay. Scope of
Service Required: Various engineering services will be required for the
reformulation study of Fire Island Inlet to Montauk Point. These
services may include, but are not limited to, engineering development
of existing beach conditions and design of coastal improvements,
coastal processes analyses including beach profile and hydrographic
(borrow area) surveys, to pographic mapping and littoral budget and
sediment analysis of the 83 mile project shoreline including navigation
inlets. The work effort will require a complete structure inventory and
damage/benefit analysis for the 83 miles of shorefront, including the
barrier islands and affected mainland areas. Services may include
environmental analyses, including hazardous waste studies and related
mitigation studies, environmental impact assessments, permit
evaluations, biological assessments for endangered species, coastal
zone consistency evaluations and fish and wildlife mitigation plan. A
cultural resource reconnaissance study, including survey of onshore
cultural resources, remote sensing, underwater investigation,
identification of potential anomalies and coordination with local
divers regarding the location of shipwrecks may be required, as well as
mitigation measures for anomalies identified. Services will consist of
conducting engineering investigations to obtain information needed for
design; preparing design analyses, including numerical modeling;
preparation of design memoranda; preparing and/or reviewing plans and
specifications; reviewing and incorporating work performed by others;
developing critical path method schedules; giving periodic briefings
and preparation of reports may be required including preparation of all
supporting data such as calculations, cost estimates (M-CACES GOLD),
photographs, drawings, diagrams and models, and additional
miscellaneous design services. All data wil be required to be put into
a GIS database compatible with Corps applications. The Government
intends to issue multiple separate contract awards to the selected firm
over a 10 year period; however, the government is not obligated to do
so. This solicitation is for all work to be conducted for the Fire
Island Inlet to Montauk Point Reformulation effort for the purpose of
data collection, planning, and engineering in the engineering and
design phase of this effort. No further solicitations are anticipated
for this effort, should the District chose to make awards under this
solicitation. Estimated Cost of Design: For the multiple contract
awards, the maximum cumulative period will not extend more than ten
(10) years, the maximum value per contract award (including options and
modifications) will not exceed $1,000,000. Technical Capability
Required: due to the wide range of types of project elements covered
under this contract, broad experience and technical capability are
required. Experience: Extensive specialized experience is required in
the design and construction of coastal structures including economic,
engineering and environmental evaluations related to (a) groins and
jetties, (b) protective beach dunes and berms, (c) seawalls, (d)
revetments, and (e) breakwaters. Technical capability: Extensive
techinal capability is required in the following engineering and
supporting disciplines: Civil Engineers, Coastal Engineers, Structural
Engineers, Mechanical Engineers, Geotechnical Engineers, Economists,
Cost Estimators, Environmental Scientists, Biologists/Wildlife
biologists, Botanists, Ecologists, Underwater Archaeologists, Coastal
Gelologists/Geomorphologists and Surveyors. Special Qualifications:
Actual experience in the following: (1)littoral budget, (2)beach and
coastal structure design, (3) beach surveys, (4) coastal processes
numerical modeling, (5) storm damage survey and analysis, (6)
recreational use analysis, (7) hydrographic and photogrammetric
surveys, (8) remote sensing and underwater investigations for cultural
resources and sand resources, (9) hazardous, toxic and radioactive
wastes (HTRW) training, (10) mitigation/restoration studies, and (11)
M-CACES (Corps of Engineers cost estimating software). Closing Date for
Submission of Form 255: 30 days. If closing date falls on a Saturday,
Sunday or holiday, then the actual date will be the next business day.
A/E selection will be ased on the requirements referenced above and
the following criteria listed in relative order of importance: 1)
Professional qualifications necessary for satisfactory performance of
required services. 2) Specialized experience and technical competence
in the type of work required. Technical competence and prior experience
of the firm and individuals assigned to the contract. 3) Capacity of
the firm to accomplish the work in the required time and qualifications
of lead personnel. 4) The firm's past experience, on contracts with the
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules. 5) The
location of the firm within the general geographic area of the New York
District and knowledge of the project site, provided that a sufficient
numer of qualified firms having working offices within a reasonable
distance respond to this announcement. 6) The volume of work previously
awarded to the firm by the Department of Defense. DOD deires and
eqitable distribution of and design contracts among qualified
architect-engineer firms, including small and disadvantaged business
firms as well as firms that have not had prior DOD contracts. Start: 1
January 1996. Completion: 30 September 2005. Small and Disadvantaged
Firms are encouraged to participate as prime contractors or as members
of joint ventures with other small businesses, and all interested
contractors are reminded that the successful contractor will be
expected to place subcontractors to the maximum practicable extent with
small and disadvantaged firms in accordance with Public Law 95-507.
NOTE: Multiple contrct awards may be made to the selected firm from
responses to this announcement; however, the government is not
obligated to do so. This is anticipated to be the sole advertisement
for the Fire Island to Montuak Point Reformulation, for data
collection, planning, and engineering in the engineering and design
phase of this project. Offerers are advised that a potential
organizational conflict of interest exists due to the nature of
services to be performed. The successful A/E and its subcontractors
will be restricted from participating in other contracts relating to
management support or construction of elements of Fire Island Inlet to
Montauk Point projects that are designed under this contract. The
selected A/E shall be required to submit a subcontracting plan with the
fina proposal. The plan must be consistent with section 906 (B) (2) of
PL 100-180. Subcontract awards to small Business (SB), Small
Disadvantaged Business (SDB), Historically Black Colleges and
Universities (HBCU) or Minority Institutions (MI) shall be included in
the plan. Of the total planned subcontracting dollars, at least 22%
should be awarded to SB, and at least 10% should be awarded to any
combination of SDB, HBCU, or MI. Firms should submit two copies of SF
254 and SF255 in response to this CBD announcement. Firms using
subcontractors should also include copies of their SF254 with the
submittal. Personal visits and telephone calls for the purpose of
discussing consideration for this work will not be accepted. Firms
shall indicate on page 11, block 10 of the SF 255 the total number of
DOD awards (basic, modifications, IDC/work orders) and the total value
of those awards (A/E fee) within the last 12 months prior to the date
of the announcement. Firms that do not comply with this requirement
may be considered non-responsive. (0285) Loren Data Corp. http://www.ld.com (SYN# 0016 19951013\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|