Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 29,1995 PSA#1378

U. 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