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