|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1995 PSA#1378U. S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place,
Room 821, Louisville, Kentucky 40202-2230 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF THE OLMSTED DAM LOCATED
ON THE OHIO RIVER WITHIN KENTUCKY AND ILLINOIS POC Contact Mrs. Robin
Woodruff, (502) 582-5598 1. CONTRACT INFORMATION: The proposed services
will be obtained by a negotiated Firm Fixed Price Contract. The
estimated construction cost is over $10,000,000.00. Estimated starting
and completion dates are October 1995 and June 1999, respectively.
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: The project consists of two phases of design with
the second phase being optional. The first phase is a feature design
memorandum which will include all design analysis, tests, and reports
necessary to design and construct a navigation dam consisting of
tainter gates, boat operated wicket gates and fixed weir. The design
memorandum may include an investigation of alternative dam gates. The
dam sill will be founded on friction piles driven into the river bed.
The dam will be constructed either in-the-dry with the use of
conventional cofferdams or in-the-wet with the use of underwater
segmental construction, or a combination of both. The dam memorandum
must include a section that evaluates all construction methods. The
final method(s) for construction will be determined based on this
study. Acceptable performance must be provided for the dam during
normal operating, maintenance, earthquake and accident conditions. The
use of hydraulic cylinders to operate the tainter gates must be
investigated. The design memorandum must also address the design of the
vessels and equipment required for operation of the boat operated
wicket portion of the dam. The second phase of design, which is
optional, will be to provide plans and specifications for construction
of the dam features included in the design memorandum. Additional
design associated with detailing the design presented in the design
memorandum is required. Standard details and some portions of the
design may be furnished. Construction cost estimating shall be
accomplished using the Micro-Computer Aided Cost Estimating System
(M-CACES) Gold, version 5.30 software. Experience with M-CACES should
be indicated in the SF 255. The MS-DOS compatible M-CACES software
database and estimate format will be furnished. Drawings shall be
prepared on Intergraph Microstation CADD. In addition to drawing plots,
the final drawings must be submitted as Intergraph Microstation drawing
files supplied on electronic media in UNIX format on 8 mm Helical-Scan
Data Cartridge or on the internet system using the Telnet system. 3-D
drawings will be required. The CADD effort may include digitizing of
some existing record drawings. Each SF 255 must include a description
of a formalized Quality Control (QC) Plan relating to design and
specifically tailored to this work. The QC Plan will explain how the
firm and all subconsultants will produce a quality design which is free
offerors and omissions. The QC Plan will be considered as part of the
evaluation factor relating to past performance. Firms should indicate
their experience in partnering and their interest in partnering for
this project. 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 personnel in the following
disciplines with experience pertinent to that required for this
project: Structural, Mechanical, Electrical, Civil, Hydraulic, and
Geotechnical Engineering. Firms will be required to include independent
checking of all design products. Qualifications and separate
identification of both the design and the design quality control teams
shall be included in the SF 255. At least one registered professional
engineer from each listed discipline shall be on each team. b.
Specialized experience and technical competence in: (1) Design of
riverine dam including operating equipment, tainter gates, and wicket
gates. (2) Seismic analysis (pseudo static, response spectrum & time
history, ground motion determination) and design of major civil works
structures such as large tainter gate piers in the seismic zones
similar to the Olmsted, Illinois area (New Madrid area). (3)
Pile-founded structure design including soil structure interaction
analysis. (4) Design of large hydraulic cylinders utilized for large
gate structures. (5) Hydraulic design of dam sills, stilling basins,
flow deflectors, and scour protection. (6) Hydraulic modeling
capability both mathematical and physical (identify labs to be used).
(7) In-the-wet design and construction of structures similar to the
tainter gates and boat operated wicket gates sills, including river,
lake and off-shore environments. (8) Design and construction utilizing
precast concrete segments. (9) Structural and mass concrete design.
(10) Non-linear incremental structural analysis (NISA) of concrete
structures. (11) Tremie concrete placement and mix characteristics
including use as infill concrete. (12) Design and construction of large
cellular cofferdams in rivers. (13) Design of large deep dewatering
systems. (14) Design of instrumentation systems. (15) Compliance with
OHSA regulations for construction, maintenance,and operation. (16)
Design and use of specialized marine equipment, i.e. barges and cranes.
(17) Constructability and operability analysis of project features.
(18) Development of Construction schedules for various options. 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 contact 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 firv 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.
(0178) Loren Data Corp. http://www.ld.com (SYN# 0018 19950628\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|