Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7, 2001 PSA #2993
SOLICITATIONS

C -- A/E SERVICES FOR PERMIT INSPECTION OF MARINE STRUCTURES AND DREDGING IN SEATTLE DISTRICT WATERS, SEATTLE, WA

Notice Date
December 5, 2001
Contracting Office
US Army Engineer District, Seattle -- Civil Works, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
ZIP Code
98124-3755
Solicitation Number
DACW67-02-R-0005
Response Due
January 8, 2002
Point of Contact
BOBBIE WEITZEL, 206-764-6692, FAX 206-764-6817
E-Mail Address
US Army Engineer District, Seattle -- Civil Works (barbara.a.weitzel@nws02.usace.army.mil)
Description
Point of contact for this solicitation is Bonilie L. Lackey (206)764-4481. Architectural and engineering (A-E) services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for permit inspection of marine structures, dredg ing, and/or placement of dredged or fill materials and field investigation/reporting of potential violations in waters of the United States within the State of Washington that are subject to the regulatory authority of the U.S. Army Corps of Engineers (Cor ps) under Section 10 of the River and Harbor Act of March 3, 1899, and Section 404 of the Clean Water Act (see paragraph 4.b. -- 33 CFR Parts 320-330). An indefinite-delivery contract will be negotiated and awarded with a base period of not-to-exceed (NTE) one year from the date of award with option to extend for two additional years: task orders of not to exceed $20,000 each to be issued as requirements arise. The annual ceiling for the base period and each option period is NTE $150,000, with the total co ntract amount is NTE $450,000. The estimated award date of the contract will be April 2002. The Standard Industrial Classification (SIC) Code has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS code for archite ctural services is 541310, which is matched to SIC code 8712. Project is open to both large and small business concerns. If you are a large business and your proposal will exceed $500,000, you will be required to submit a subcontracting plan. If a large business chooses to subcontract, it is recommended that 55% of the total planned subcontracting dollars be placed with small business (SB) concerns. It is further recommended that 1.5% of the subcontracted dollars to go to HUBZone concerns, 9.5% to Small Disadvantaged Business (SDB), 5% to Women-Owned Small Business (WOSB), and 3% to Veteran-Owned Small Business (VOSB). For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $4 million. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerc e Information Center at 1-888-227-2423. 2. PROJECT INFORMATION: Provide construction inspection of structures and earthwork (complete or under construction) that are authorized by Department of the Army permits to field investigation and preparation of as-built drawings of earthwork and structures constructed without authorization from the Corps. Inspection and investigations are made by boat and/or vehicle and on foot. Expertise in the following fields is considered necessary: Construction inspectio n, field investigation, basic surveying, preparation of 'As Built' drawings, photography: use of polaroid or equivalent camera, minor report writing and public relations. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria 1 through 5 are primary. Criteria 6 through 8 are secondary and will only be used as 'tie-breakers' among technically equal firms. PRIMARY CRITERIA: (1) Specialized expe rience and technical competence of the team in types of work required, including knowledge of the locality of the work to be performed. (2) Professional qualifications and/or experience of firm's staff and inspectors to be assigned to this project, which are necessary for satisfactory performance of required services. (3) Familiarity with shorelines around the Puget Sound area. (4) Capacity of the team to accomplish multiple simultaneous Task Orders in the required time. (5) Past experience on Departmen t of Defense and other contracts with respect to cost control, quality of work, and compliance with performance schedules. SECONDARY CRITERIA: (6) Knowledge o f the locality: Location of the firm in the general geographic area of the project. (7) SB and SDB PARTICIPATION: Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), Historically Black Colleges and Universities (HBCU) , and Minority Institutions (MI) measured as a percentage of the total estimated effort. (8) Volume of DoD contract awards to the prime A-E in the last 12 months, as described in Note 24. Considerations may include: (1) ACASS retrievals; (2) Current workload a s listed in Block 9 of the SF 255. Equitable distribution of work among A-E firms, including minority-owned firms, SB and SDB participation, and firms that have not had prior DoD contracts will only be considered when used as a 'tie-breaker'. 4. SUBMISS ION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call 503-808-4591. Submittals should be mailed to the following address: U.S. Army Corps of Engineers, Seattle District, Attn: Bonilie L. Lackey, 4735 East Marginal Way South, Seattle, WA 98134-2385. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. This is not a request for proposal.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011207/CSOL002.HTM (D-339 SN5144L2)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 5, 2001 by Loren Data Corp. -- info@ld.com