|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 22,1995 PSA#1373U. S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place,
Room 821, Louisville, Kentucky 40202-2230 R -- STRUCTURAL ENGRNG SVCS FOR 1 INDEF. DELIVERY CONTRACT FOR
NONLINEAR, INCREMENTAL STRUCTURAL ANALYSIS OF MAJOR NAVIGATION
STRUCTURES WITHIN THE LOUIS. DISTRICT BOUNDARIES OF IL, IN, KY AND OH
POC Contact Mrs. Sharon Evans, (502) 582-6208 1. CONTRACT INFORMATION:
The proposed services will be obtained by a negotiated Firm Fixed
Price Contract. The maximum amount of the contract shall not exceed
$750,000.00, and no individual delivery order shall exceed $150,000.00.
The contract period is one year from date of award, with an option to
extend one additional year with an additional ceiling amount of
$750,000.00. Before award of this contract, the firm (if not a small
business concern) shall be required to present an acceptable Small
Business and Small Disadvantaged Business Subcontracting Plan in
accordance with Public Law 95-507. To meet the current subcontracting
goals, 69% of the total subcontracted dollars must go to small business
firms, 6.3% must go to small disadvantaged business firms, and 2.9%
must go to woman-owned firms. The plan is not required with this
submittal. 2. PROJECT INFORMATION: Expected project activities would
involve nonlinear, incremental structural analysis (NISA) of massive
concrete hydraulic structures founded on soil, rock or piles and of
construction, transportation and service loads of floating precast,
prestress or post tension concrete structures using two dimensional and
three dimensional models. Massive concrete hydraulic structures would
be cast in place concrete, specialized precast concrete shells with
concrete in fill, tremie concrete, roller compacted concrete and
pre-placed aggregate concrete or similar structures. Primary effort
will pertain to the Olmsted Locks and Dam now under design and
construction in the Ohio River between Kentucky and Illinois. However,
delivery orders could be issued for work at other locations within the
Louisville District boundaries. 3. SELECTION CRITERIA: See Note 24 for
general selection process information. The selection criteria in
descending order of importance (first by major criterion and then by
each sub-criterion) are listed below. Criteria a-d are primary and e-h
are secondary: a. Qualified registered professional engineers (analyst
and checkers) with expertise pertaining to the above project
information data. Firms should provide resumes in the SF255 for the
team analyst and checkers. b. Specialized experience, including
documented experience (i.e., Engineering Awards and/or published work,
etc) technical competence in structural modeling and analysis of
concrete structures including familiarity with computer software needed
for constitutive material models, nonlinear behavior and fracture
mechanics; time dependent concrete material properties and performance,
such as strength versus time, stiffness versus time and shrinkage; and
modeling reinforcement in relation to the cracking criteria for
concrete and the minimizing of cracking in massive concrete structures
due to heat of hydration. c. Capacity to complete the work in the
required time. d. Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. e. Geographical location and knowledge of the
locality of the project. f. Volume of DOD contract awards in the last
12 months as described in Note 24. g. Superior performance evaluations
on recently completed DOD contracts. h. Extent of participation of SB,
SDB, historically black collages and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the estimated effort. 4. SUBMITTAL REQUIREMENTS: a. See Note 24 for
general submission requirements. Firms which are interested and meet
the requirements described in this announcement are invited to submit
one completed SF 255 (Revision 11-92), U.S. Government A/E and Related
Services for Specific Projects to the office shown above. SF 255
(Revision 10-83) is obsolete and only the 11-92 edition of SF 255 will
be accepted. All responses on SF 255 to this announcement must be
received no later than 4:30 pm Local Time on the 30th calendar day
after the date of this publication to be considered for selection. The
day following this CBD announcement counts as day number 1. If the
30th day falls on Saturday, Sunday or a U. S. Gov't. holiday, the
deadline is the close of business on the next Gov't. business day. b.
It is requested that interested firms list the fee amount and date of
all DOD contracts awarded during the last 12 months to the firm and all
subsidiaries in Block 9 of the SF 255. c. Responding firms must submit
a current and accurate SF 254 for each proposed consultant.
Additionally, all responding firms which do not have a current (within
the past 12 months) SF 254 on file with the North Pacific Division,
Corps of Engineers, must also furnish a completed SF 254. If a SF 254
is included, only the 11-92 edition of the form will be accepted. The
business size status (large, small and/or minority) should be indicated
in Block 3 of the SF 255. Definition: A concern is small if the annual
receipts averaged over the past 3 fiscal years do not exceed $2.5
million. d. No other information including pamphlets or booklets is
requested or required. e. No other general notification to firms under
consideration for this project will be made and no further action is
required. Solicitation packages are not provided for A/E contracts.
This is not a request for proposals. (0171) Loren Data Corp. http://www.ld.com (SYN# 0075 19950621\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|