|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1995 PSA#1321U.S. Army Engineer District, Norfolk, ATTN: CENAO-EN, 803 Front Street,
Norfolk, VA 23510-1096 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF TWO COMBINED SEWER
OVERFLOW PROJECTS FOR THE CITY OF LYNCHBURG, VA POC K. Lueke,
Engineering Manager, (804)441-7704 CONTRACT INFORMATION: Contract will
include Title I services, (field investigation, topographic survey,
environmental investigation, and design to include preparation of
plans, specifications, cost estimates, and design analyses), for two
(2) Combined Sewer Overflow (CSO) projects located in Lynchburg,
Virginia. Optional services during construction could include reivew of
shop drawings, preparation of record drawings, and site visits. The
design of Project #1 is expected to be completed nine months after
contract award; Project #2 is expected to be completed seven months
after contract award. A firm fixed-price contract will be negotiated.
Additional requirements may be generated and required as a result of
this design and could result in additional design work. 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, and a Small Business and Small Disadvantaged Business
Subcontracting Plan will be required. PROJECT DESCRIPTION: CSO Project
#1 consists of design of 4,600 feet of 36-inch replacement interceptor
sewer. CSO Project #2 consists of design of a new storm sewer and
rehabilitation of the existing combined storm/sanitary sewers for use
as sanitary sewers in the area of Rutherford, Englewood, and Russell
Streets. Also included is the design of ''bettermentsn'' for non-CSO
related street improvements in these areas. SELECTION CRITERIA: The
significant evaluation factors and relative order of importance are:
(a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE--(1) Demonstrated
experience by the prime firm and its consultants in the planning and
design of storm sewers and rehabilitation of combined storm/sanitary
sewers. (2) Demonstrated experience by key members of the project team
in the planning and design of storm sewers and rehabilitation of
combined storm/sanitary sewers. (3) Familiarity with project location.
(4) Computer resources; firms must indicate in Block 10 of the SF 255
the following items: (i) accessibility of and/or familiarity with the
Construction Criteria Base (CCB) system, including, as a minimum, the
SPECSINTACT specification system, the MCACES estimating system, and
the ARMS review management system; (ii) demonstrated CADD capability
with capacity to produce output files in ''.DXF'' or ''.DWG'' file
format; and (iii) access to a Hayes compatible modem, 2400 baud or
better. (b) PROFESSIONAL QUALIFICATIONS--The design team must possess
experienced registered professional capability, in-house, for Civil
Engineers experienced in design of sanitary sewers and related
facilities, and, either in-house or by use of consultants, Sanitary and
Environmental Engineering, Landscape Architecture, and Land Surveying.
An Industrial Hygienist, either in-house or by use of consultants,
with a current certificate in comprehensive practice from American
Board of Industrial Hygienists is required; a copy of his/her ABIH
certificate must be included in Block 10 of the SF 255. (c)
CAPACITY--Capacity to accomplish the work in the required time. Firms
must demonstrate ability of the design team to complete the project as
scheduled. (d) PAST PERFORMANCE ON DoD AND OTHER CONTRACTS--(1) ACASS
evaluations; superior performance evaluations on recently completed
projects are advantageous; (2) Letters of evaluation/recognition by
other clients; (3) Cost control and estimating performance as a
percentage deviation between the final estimate and low bid on similar
TYPE and SIZE projects; and (4) On-time delivery of designs for DoD
and similar projects. (e) VOLUME--Volume of DoD contract awards in the
last 12 months, with the object of effecting equitable distribution of
contracts among qualified firms, including minority-owned firms and
firms that have not had prior DoD contracts. Considerations may
include: (1) ACASS retrievals; (2) Current workload as listed in Block
9 of the SF 255; and (3) Equitable distribution of work among firms.
(f) LOCATION--Location in the general geographical area of the project
isdesirable, provided that application of this criterion leaves an
approp;riate number of qualified firms, given the nature and size of
the project. SUMBISSION REQUIREMENTS: This is not a request for
proposal. Solicitation packages will not be provided. All requirements
of this announcement must be met for a firm to be considered.
Interested firms having the capabilities to perform this work must
submit a single SF 255 for the design team and current SF 254s for the
prime firm and all consultants. The following information must be
included on the SF 255: (a) Firms with more than one office--in BLock
4, distinguished, by discipline, between the number of personnel in the
office to perform the work and the total number of personnel in the
firm; and in Block 7c, indicate each key person's office location; (b)
BLock 3--prime firm's ACASS Number and distance in driving miles from
Norfolk District; (c) Block 7f--registrations must include the yuear,
discipline, and state in which registered; (d) Block 8b--include a
descriptive project synopsis of major items of work; (e) Block 9--
indicate fee in terms of thousands of dollars, not percentage of work
completed; and (f) An organization chart including all key elements of
the design team demonstrating the firm's understandinnf of and ability
to execute the project. Information in cover letters will not be
considered. The 11.92 editions of the SF 255 (NSN 7540-01-152-8074) and
SF 254 (NSN 7540-01-152-8073) are required. Forms may be obtained
through GPO at (202)783-3238. In order to be considered, the complete
proposal must be received at the address indicated above within 30 days
from the date of this issue. For the purposes of this notice, day
number one is the day following the date of publication; should the
closing date occur on a weekend or national holiday, the closing date
is automatically extended to the next working day. Facsimile
transmissions will not be considered. Prior to the final selection,
firms considered highly qualified to accomplish the work may be
interviewed either by telephone or by formal presentation. (0096) Loren Data Corp. http://www.ld.com (SYN# 0017 19950407\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|