|
COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville,
TN 37202 C -- GEOTECHNICAL ENGINEERING SERVICES -- 2 IDT CONTRACTS NASHVILLE
DISTRICT SOL DACW62-99-R-0025 DUE 080999 POC Karyn Meeks, Contract
Specialist, James Baber, Contracting Officer, 615-736-7276; Connie
Flatt, Technical POC 615-736-5614 E-MAIL: karyn.a.meeks@usace.army.mil,
karyn.a.meeks@usace.army.mil. 1. CONTRACT INFORMATION: A contract will
be awarded to perform geotechnical engineering services within the
boundaries or assignment area of the Nashville District. Projects
outside the primary area of responsibility may be added at the
Government's discretion upon agreement of the selected firms. Contract
time period will be for 1 year with options for 2 additional 1 year
contract periods for a total possible contract length of 3 years. The
minimum award will be $20,000 for the base year and $10,000.00 for each
option year. Work will be issued by negotiated firm-fixed-price task
orders. The total amount of all task orders for the base year will not
exceed $1 Million. Each optional contract period value will not exceed
$1 Million. The total potential contract value is $3 Million. Task
order limits are $1 Million. The contract is anticipated to be awarded
in November 1999. This announcement is open to all businesses
regardless of size. 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 the Nashville District with Small Business
are 61.2%; including small disadvantaged business of 9.1% and woman
owned small business of 4%. The subcontracting plan is not required
with this submittal. Groups with prime-sub relationships or joint
ventures will be considered as well as firms having all disciplines
in-house. Responding groups or firms must have demonstrated competence
and experience in the following disciplines: geotechnical engineering,
geology, materials engineering, hydrogeology, civil engineering,
surveying and seismology. 2. PROJECT INFORMATION: Tasks may include but
are not limited to geotechnical investigations, analyses and designs;
full drilling service capability (including overwater drilling);
laboratory services (including soil, rock and concrete testing); and
design, installation and evaluation of instrumentation equipment at new
and existing water resource type projects. The submittal shall discuss
capability to provide ATV type and skid-mounted drills with angle
capabilities. Overwater drilling capability statements must address
ability to access a spud barge for drill rigs (with spuds up to
approximately 60 feet long). Even though it is anticipated to be a
minimal requirement of this contract, the submittal shall also show
that some of the proposed personnel are certified in the
OSHA/Environmental (HTRW) 40-hour training course. All CADD services
must be compatible with Microstation 5.0. 3. SELECTION CRITERIA: See
Note 24 for general selection process. The selection criteria are
listed below in descending order of importance. Criteria a-d are
primary. Criteria e-g are secondary and will only be used as
"tie-breakers" among technically equal firms. a. Specialized experience
and technical competence of the prime firm and any subcontractors in
the type of work required. Evaluation factors will include: knowledge
and experience in majorwater resource type projects such as locks,
dams, and other major waterway type projects and knowledge and
experience with geologic conditions in the Tennessee and Cumberland
River basins. Also considered will be the effectiveness of the proposed
management structure in responding to small, quick-turnaround, and/or
emergency type geotechnical drilling and design projects or situations
and the prior working relationship between a prime firm and any
subcontractors. A single point of contact between the A-E and the
government project managers must be clearly identified. b. Professional
qualifications of the key project management and technical personnel to
be assigned to the contract. Evaluation factors will include the
education, training, experience and registration of these personnel c.
Past performance and experience on DOD and other contracts with
respect to cost control, quality of work, and compliance with
schedules. d. Capacity of the firm to accomplish the work. Work will
often require simultaneous action on several design tasks at any one
time. Capability to respond to these tasks in a quick and effective
manner must be demonstrated; e. Extent of participation of small
businesses (including woman owned), small disadvantaged businesses,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. f. Geographical proximity of the office in
relationship to the Nashville District Office and the project sites
within the general geographical area of the Nashville District. g.
Volume of DOD contract awards in the last twelve months as described in
Note 24. 4. SUBMISSION REQUIREMENTS See Note 24 for general submission
requirements. Firms desiring consideration are invited to submit 2
copies of an updated and accurate SF 254 and SF 255 not later than the
close of business on the 30th day after the date of this announcement.
A current SF 254 is also required for all sub-consultants. If the prime
contractor to perform the work is located in a branch office, the SF
255 shall reflect key disciplines and experience for that branch office
only. Include the firm's ACASS number in SF 255, Block 3b. Also, the
business size status (large, small and/or minority) should be indicated
in SF 255, Block 3b. Definition: A concern is small if the annual
receipts averaged over the past 3 fiscal years do not exceed $2.5
million. The S.I.C. code is 8711. In block 10 of SF 255, state why your
firm is specially qualified based on the selection evaluation criteria.
Also, use block 10 to provide additional information desired by your
firm. Only the SF 254 and SF 255 packages will be reviewed. Experiences
identified in block 8 should not be more than 10 years old. Information
in the cover letter and any other attachments will not be included in
the official selection process. For ACASS information, call
503-808-4591. Firms submitting SF 254 and SF 255 by the closing date
will be considered for the work. Should the due date fall on a
weekendor an official Government holiday, the SF 255 is due on the
first workday thereafter. Faxed copies of the SF 255 and 254 will not
be accepted. No other general notification to firms under consideration
for this work will be made and no further action is required. This is
not a Request for Proposal. All contractors must be registered in the
Central Contractor's Register in order to be awarded government
contracts or to be paid on any newly awarded government contract.
Information on the registering process can be found on the Internet at
http://www.ccr2000.com then go to subtopic Central Contractor
Registration or by calling 1-888-227-2423 for help. Selected firm may
be subject to an advisory audit performed by the Defense Contract Audit
Agency. EEO compliance is required. Solicitation packages are not
provided for A-E contracts. Personal visits for the purpose of
discussing the work are discouraged. Telephone calls are welcomed. For
SF254 and SF255 submittal by express mail, the delivery address is: U.
S. Army Corps of Engineers, Estes Kefauver Building, 110 Ninth Avenue
South, Nashville, TN 37203, ATTN.: CELRN-CT, Room A-604 Posted 07/07/99
(W-SN351093). (0188) Loren Data Corp. http://www.ld.com (SYN# 0018 19990709\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|