Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16,1995 PSA#1452

US 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