Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1995 PSA#1379

DA, CE, Vicksburg Dist, CE, 2101 N Frontage Rd, Vicksburg, MS 39180-5191

C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF RISER PIPE GRADE CONTROL STRUCTURES FOR YAZOO RIVER BASIN, MS, DEMONSTRATION EROSION CONTROL PROJECT SOL EDAEDF-5150-0101 due 072795. POC Tommy Wardlaw, (601) 631-5486. Due by 27 July 1995, Contact Point, Mr. Tommy Wardlaw, 601-631-5486. 1. CONTRACT INFORMATION: The work consists of surveying, and mapping; site layout; hydraulic and structural design with supporting computations; and preparation of contract plans and specifications. THE SELECTED A-E WILL PEFORM 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 27, 1995 will be considered. 2. PROJECT INFORMATION: As a part of the Demonstration Erosion Control Project, up to 100 riser pipe grade control structures, averaging about 15 structures per construction contract, may be designed in each year. Riser Pipes are water control and erosion retarding structures. 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 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 the 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 and technical competence 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: See Note 24 for general 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 26 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. (177)

Loren Data Corp. http://www.ld.com (SYN# 0026 19950629\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page