|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 9,1995 PSA#1364DA, CE, Vicksburg Dist, CE, 2101 N Frontage Rd, Vicksburg, MS
39180-5191 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF LOW DROP GRADE CONTROL
STRUCTURES FOR YAZOO RIVER BASIN, MS, DEMONSTRATION EROSION CONTROL
PROJECT Sol EDAEDF-5145-0099. Due 070695. POC Tommy Wardlaw, (601)
631-5486. Due by 06 July 1995, Contact Point, Mr. Tommy Wardlaw,
601/631-5374. 1. Contract Information: The work consists of surveying,
mapping, and geotechnical investigations; site layout; hydraulic,
geotechnical and structural design with supporting computations; and
preparation of contract plans and specifications. The selected A-E will
perform all services required using metric units. One contract will be
awarded as a result of this announcement. Work will be accomplished
under a firm-fixed-price contract with an estimated cost between
$2,000,000 and $5,000,000. The contract is estimated to be in force for
1 year with two option years for a total maximum contract time of three
years. The contract will be awarded on or about December 1995.
Responses received by July 6, 1995 will be considered. 2. Project
Information: As a part of the Demonstration Erosion Control Project, up
to 20 low drop grade control structures, averaging 2 structures per
construction contract, may be designed in each year for the Yazoo River
Basin. Low drop grade control structures consist of sheet pile, gabion,
articulated concrete mattress, stone or similar weir structures, stone
protected stilling basin, riprap protected sloped banks and steel
baffles. 3. Selection Criteria: See Note 24 for general selection
process. Pre-selection criteria will be based on the following
considerations which are of equal importance. The firm (either in-house
or through association of a qualified consultant) must: (A) Have one or
more registered professional engineers qualified in each of the
following disciplines: civil, structural, hydrologic, hydraulic, and
geotechnical engineering, and land surveying; (B) Demonstrate
capability and experience in the design of small water control
structures; (C) Demonstrate capability to prepare contract plans and
specifications for the required number of structures; and (D)
Demonstrate experience in use of CADD systems. All drawings shall be
furnished in Intergraph Microstation design file compatible format.
Deliverables shall be provided on one of the following types of media,
subject to prior approval from the contracting official; 8 mm Exabyte
tape scpio saveset (UNIX), or 3.5'' diskette cpio saveset (UNIX). The
aforementioned files and backups must be of current version in
operation by the Vicksburg District at time of contract award. The
external design file specification, level assignments, line styles, and
line weights shall be in accordance with Engineer Manual EM-1110-1-1807
(all parts) and/or as indicated by contracting official. Responding
firms must, as a part of their response, state type type of CADD system
to be used in this effort and explain in detail how the system will be
made compatible with the Vicksburg District Graphics System. Firms
failing to submit as part of their response information on how they
will achieve complete CADD compatibility with the Vicksburg District
System will not be considered. The selection criteria are listed below
in descending order of importance first by major criterion and then by
each sub-criterion. Criteria A-E are primary. Criteria F-H are
secondary and will only be used as ``tie-breakers'' among technically
equal firms. A. Specialized experience in the work described in Part 2,
``Project Information'', (B) Professional qualifications of employees
designated to work under this contract (includes professional
recognition and work experience of key personnel, professional
registration, advanced degrees, and specific work experience of key
personnel, and adequate management personnel with required
qualifications and experience to assure prompt response to
assignments), (C) Past Performance, (D) Demonstrated capacity to
prepare up to 4 sets of contract plans and specifications concurrently,
(E) Knowledge of the work area, (F) Amount of DoD work for the past 12
months, (G) Extent of participation of SB, SDB, historically black
colleges and universities, and university institutions in the contract
team, and (H) Geographic proximity. In the final selection process,
the most highly qualified firms will be interviewed. 4. Submission
Requirements: Interested firms having the capabilities to perform this
work must submit SF 255 (11/92 edition) and SF 254 (11/92 edition) for
the prime and all consultants to the above address not later than the
close of business on 6 July 1995. This is not a RFP. A fee proposal
will be requested at a later date. Along with the fee proposal, the
selected firm (if a large business) will be required to submit a
Subcontracting Plan in accordance with FAR 19.702. The objective of the
plan is to offer subcontracting opportunities to small business
concerns and small disadvantaged business concerns to the maximum
practicable extent consistent with the efficient performance of the
contract. The subcontracting plan shall separate percentage goals
composed of direct cost, indirect cost, or a combination of the two for
using small business and small disadvantaged business subcontractors.
Questions relative to the subcontracting plan may be directed to Mrs.
Shirley Reed, Small Business Specialist, 601-631-5347. See Notes 24 and
25. (157) Loren Data Corp. http://www.ld.com (SYN# 0024 19950608\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|