COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3, 2001 PSA #2949
SOLICITATIONS
C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR PLANNING AND RELATED SERVICES
- Notice Date
- October 1, 2001
- Contracting Office
- U.S. Army Corps Of Engineers, Pittsburgh District William S. Moorhead Federal Building, 1000 Liberty Avenue, Room 727, Pittsburgh, PA 15222-4186
- ZIP Code
- 15222-4186
- Solicitation Number
- DACW59-02-R-0001
- Response Due
- November 2, 2001
- Point of Contact
- Michele R. Hutfles, Contract Specialist, 412-395-7479
- E-Mail Address
- Click here to contact the Contract Specialist via (michele.r.hutfles@usace.army.mil)
- Description
- 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Pittsburgh District, Pittsburgh, PA will require an Indefinite Delivery Indefinite Quantity Architect-Engineer (A-E) Contract for Planning Services and Related Responsibilities. The contract will be for a base period not to exceed one year with up to two option periods not to exceed one year each. An option period may be exercised at the discretion of the Contracting Officer when the contracted amount for the base period has been exhausted or nearly exhausted. The cost ceiling per period is $1,000,000 each. The cost ceiling on individual task orders will not exceed $500,000 per order. Work will be issued by negotiated firm-fixed-priced task orders. Award of the contract is anticipated approximately March 2002. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 19.702(a)(1) 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 61.4% of the contractor's intended subcontracted amount be placed with Small Business (SB), including 9.1% placed with small disadvantaged business (SDB), 5% placed with women-owned business and 3% for service-disabled veteran-owned small business. These goals are advisory only. 2. PROJECT INFORMATION: Projects will generally be located within the geographical boundaries or mission assignments of the USACE Great Lakes and Ohio River Division (LRD). The Great Lakes and Ohio River Division includes Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The A-E Services to be provided under this contract will be multidisciplinary in nature to support the Pittsburgh District and other LRD organization's missions. Primary services to be provided include GIS support, wetlands evaluation and delineation, and fish and wildlife habitat impact evaluation. Additional primary services include reconnaissance and feasibility investigations and the preparation of reports for a variety of activities pertaining to navigation, flood control, water and sediment quality, water supply, waste water treatment, recreation, acid mine drainage abatement, comprehensive watershed studies, water resource planning in general, ecosystem restoration, environmental dredging, flood insurance/flood plain-related studies, project master planning studies, environmental studies, cultural resources studies, economic studies, and real estate valuation. The A-E contractor will be required to provide the appropriate personnel, materials and equipment necessary to perform items of work to be accomplished which will relate to reconnaissance investigations and feasibility studies that require engineering, economic, social, and environmental evaluations of recommended and alternative actions. Environmental study activities shall include preparation of both Environmental Assessments and Environmental Impact Statements. Items of work will typically consist, in whole or in part, of initial review of problems; preparation of quality control plans; gathering of required data including field data; necessary coordination; conduct of or participation in public meetings; planning and/or design synthesis; data reduction and statistical summary, preparation of reports; development, writing, incorporation of and response to review comments; and reproduction of reports as identified in the task orders. Desk-top computer graphics, publishing, GIS/CADD Micro Stations, ArcView, and PC support capabilities are required for data and information management. Principal fields of expertise include, but are not limited to (1) basic engineering; (2) hydrology and hydraulics; (3) sociology, economics and demographics; (4) biology, chemistry, ecology, earth science and environmental planning; (5) landscape architecture and recreation resource planning; (6)cultural resources; (7) general real estate appraisal. Work to be accomplished may require using the metric system of measurement. 3. SELECTION CRITERIA: See Note 24 of the CBD for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion then by sub-criterion) Criterion (a) through (e) are primary. Criteria (f) through (h) are secondary and will only be used as "tie-breakers" among the most highly qualified firms. (a) Specialized Experience and Technical Competence: the firm (firm shall be considered the prime firm and all subcontractor(s)) and its staff shall have specialized experience and technical competence in, (1) studies pertaining to navigation and evaluation of existing and projected future waterway traffic flow patterns, components of which consist of Surveys, Hydrology and Hydraulics Considerations, Geotechnical Considerations, Design of Structural Components, Environmental Considerations, Hazardous Toxic and Radiological Waste Considerations, Socio-Economic Considerations, Quantities, Cost Estimates and Benefit Evaluation;(2) reconnaissance, feasibility, and more detailed level investigations of aquatic and related terrestrial sites with damaged ecosystems such as abandoned coal mines, coal refuse pile discharges, sediment-impacted waterbodies, removal and disposal of contaminated sediments from navigable waters, which may include appraisals of the relative impact of such sites within a watershed, conceptualization of restoration project designs and evaluation of the monetary and ecosystem benefits (using the Fish and Wildlife Service's Habitat Evaluation Procedures or a comparable methodology) associated with project implementation; (3) all types of work for District/Division compliance with federal environmental and cultural resource protection statues, executive orders and policies, their implementing regulations, and COE policy; (4) developing various information and data necessary for the purpose of making public meeting presentations, public workshops, and public involvement programs; (5) investigation and preparation of flood insurance studies and reports for flood problem areas specific to study area reconnaissance, physical definition of flooding problems, flood damage assessments, and definition of areas susceptible to flooding when specified stage/frequency relationships are extant; (6) incremental cost and benefit calculations; (7) GIS/CADD computer technology with the ability to deliver drawings in native formats compatible with ArcView GIS and the latest Tri-Service GIS Standards or MicroStation CADD software and the latest Tri-Service A/E/C CADD Standards. (b) Professional qualifications of the key project management and technical personnel to be assigned to the contract and perform the required services as listed in Section 2, PROJECT INFORMATION. The evaluation of professional qualifications will consider education, training, professional registration, organizational certificates, overall and relevant experience, and longevity with the firm. The firm should indicate professional registrations/licenses, certificates from commercial organizations, professional recognition, professional associations, publications, advanced training, and specific work experience of key personnel. The firm must staff necessary Registered/Licensed Engineers, Architects, Landscape Architects, and Surveyors having professional qualifications and specialized experience to perform and/or oversee that all work is accomplished as required by law and professional engineering, architectural, estimating, scheduling and surveying practices. (c) Past Performance on contracts with Government agencies and private industry in terms of project management, cost control, quality of work, and compliance with performance schedules. (d) Capacity of the firm to accomplish the anticipated work in an efficient manner. The evaluation will consider the experience of the firm in similarly sized projects, and the size and qualifications of the firm's staff in the required disciplines. The firm's staff must be capable of responding to multiple task orders concurrently and within specified performance periods. (e) Knowledge of Locality. (f) Extent of participation of Small Business, Small Disadvantaged Business, women-owned businesses, service-disabled veteran-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (g) Location of the firm in the general geographic area of the Pittsburgh District. (h) Volume of work awarded to the primary firm by DoD during the previous 12 months. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit three (3) current complete Standard Form 255s (SF 255,REV.11-92)), "Architect-Engineer and Related Services Questionnaire for Specific Project" and any supplemental data, which documents the firm's qualifications. The SF 255 must be no longer than 200 pages in total length (excluding the SF 254), Block 10 must be 30 pages or less in length. Include in Block 10 of the SF 255 a discussion why the firm is especially qualified based upon the specific selection criteria listed in Section 3, SELECTION CRITERIA. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed above will be discarded and not used in evaluation of the selection criteria. Firms must submit a detailed quality control plan with their proposal that outlines specific quality control procedures for this contract and specifically addresses quality control procedures between the prime firm and any subcontractors. Firms must also submit a list of all significant equipment and software, including email and File Transfer Protocol (FTP) capabilities that are to be used on this contract. All responding firms that do not have a current (within the last 12 months) SF 254 Architect-Engineer and Related Services Questionnaire on file in this office must also furnish three (3) completed SF 254s. Include the firm and all subcontractor's ACASS numbers in SF 255, Block 2b; if no ACASS numbers have been assigned indicate as such in Block 2b. For ACASS information, call 503-808-4591 or 4590. Interested firms must provide submittals to the above address not later the 3:00 PM Eastern Standard Time on 02 November 2001. Submittals after this date and time will not be considered.
- Web Link
- US Army Corps of Engineers (http://www.gpo.gov/procurement/index.html)
- Record
- Loren Data Corp. 20011003/CSOL002.HTM (W-274 SN50Z3V7)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 1, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|