Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1995 PSA#1286

US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160

C -- FIRM FIXED PRICE CONTRACT FOR THE PREPARATION OF DESIGN MEMORANDUM TEXT AND PLATES FOR THE EAST OF HARVEY CANAL HURRICANE PROTECTION PROJECT SOL DACW29-95-R-0022 POC Glenda Perez, (504) 862-2890 Firm Fixed Price Contracts for Preparation of Design Memorandum Text and Plates for the East of Harvey Canal Hurricane Protection Project, Orleans and Plaquemines Parishes, Louisiana. 1. CONTRACT INFORMATION: A-E services are required for the Preparation of Design Memorandum Text and Plates for the East of Harvey Canal Hurricane Protection Project, Orleans and Plaquemines Parishes, Louisiana. A firm-fixed price contract, amount between $300,000.00 and $900,000.00 is scheduled for award on or about 31 July 95. This announcement is open to all businesses regardless of size. 2. PROJECT INFORMATION: The Architect-Engineer shall furnish all services, materials, supplies, plant, labor, equipment, studies, investigations (including geotechnical designs and surveys), supervision, and travel as required to prepare design memorandum text and plates to include design and cost estimates for approximately 22 miles of hurricane protection along both banks of the Algiers canal. Contractor must ensure that the product is compatible with the District's hardware and software platforms. The product must be compatible with CADD Intergraph Microstation version 4.0 and the In-Roads software application. This corridor passes through industrial, urban and rural areas and includes such features as earthen embankments, roads, drainage structures, floodwalls, floodgates, marine structures, etc. Perform stability analyses and topographic surveys for levees, dikes, channels, and other excavations. Develop pile capacity curves and sheetpile floodwall and bulkhead analyses. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance are: a. Specialized experience and technical competence of the firm and its key personnel to perform the services listed above, work experience, and knowledge of local geotechnical, climatic, environmental conditions and codes. b. Professional qualifications of the key design personnel available to work on this contract in the following disciplines: civil engineering, structural engineering, geotechnical engineering, electrical engineering, mechanical engineering, cost engineering, surveying (one registered land surveyor and surveyors experienced in using total station data collection system) and CADD. c. Capacity (personnel and equipment) to submit the design memorandum text and plates within 550 days of contract award. Capacity to produce CADD drawings compatible with Intergraph Micro Station, version 4.0 and the In-Roads software application. Provide the following minimum design personnel available to perform work on this contract: 3 civil engineers, 2 structural engineers, 2 geotechnical engineers, 1 electrical engineer, 1 mechanical engineer, 1 cost engineer, 3 CADD technicians, 1 registered land surveyor, 1-three person shore control/topographic survey crew, and 1-three person hydrographic survey crew. d. Knowledge of the project area. e. Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. f. Location of the design firm in the general geographical area of the project. g. Extent of participation of small business, including small disadvantaged business, historically black colleges and universities, and minority institutions on the proposed contract team as measured as a percentage of the estimated effort. h. Volume of DOD contract awards. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms which meet the requirements in this announcement are invited to submit six copies of SF 255, and six copies of SF 254 for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business of the next business day. In Block 10 of the SF 255, describe the firm's design quality management plan, including coordination of subcontractors. Also in Block 10 of the SF 255, the eight evaluation factors must be addressed. This is not an RFP. Solicitation Packages are not provided. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, Attn: Glenda Perez, Room 270, Foot of Prytania Street, New Orleans, LA 70118-1030. Refer to announcement No. DACW29- 95-R-0022. (0046)

Loren Data Corp. http://www.ld.com (SYN# 0021 19950216\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page