|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1995 PSA#1391U.S. Army Corps of Engineers, Portland District, P.O. Box 2946,
Portland Oregon 97208-2946 C -- A-E LUMP-SUM, IRRIGON AND UMATILIA FISH HATCHERIES, WATER SUPPLY
AUGMENTATION DESIGN REPORT AND CONTRACT PLANS AND SPECIFICATIONS Sol
DACW57-95-R-0043 Due 081595 POC Contract Specialist, Leslie Conklin,
503/326-6418 Contract Information: A-E Services are required for the
preparation of a Design Report (DR), with subsequent preparation of
contract plans and specifications for water supply augmentation to the
Irrigon and Umatilla Fish Hatcheries. This announcement is open to all
businesses regardless of size. If a large business is selected for this
contract, it must comply with FAR 52.219-9 regarding the requirement
for a subcontracting plan on that part of the work it intends to
subcontract. The subcontracting goals for this contract are 60.3% of
the contractor's intended subcontract amount be placed with small
businesses (SB), including small disadvantaged businesses (SDB), 9.8%
be placed with SDB, and 2.9% with small women-owned businesses (WOB).
The plan is not required with this submittal. A firm fixed-price
contract will be negotiated. The preparation of the Design Report (DR)
has an estimated start date of 1 January 1996, with concurrent
preparation of contract plans and specifications. Construction of the
project has an estimated start date of March 1997 and a completion date
of March 1999. The preparation of a proposed construction schedule,
assistance in responding to bid inquiries during the prebid phase, the
development of a construction cost estimate, and the preparation of
supplementary construction data. Optional services to be provided under
this contract include portions of the electrical and mechanical design,
As-built drawings, shop drawing review, and engineering during
construction. a. Design Report. The Contractor shall prepare a complete
and detailed Design Report that addresses the preliminary designs for
a common river water intake and treatment system for both hatcheries,
incorporation of an oxygen supplementation system to reduce hatchery
water requirements, and modifications to both hatchery+piping systems
to permit the intertying of the ground water supplies. The Design
Report shall analyze present pertinent criteria and all practical
alternatives relating to the size (capacity) and type of pumping and
treatment systems, and make a recommendation for the final design. The
Contractor shall also address preliminary construction costs,
construction schedules, and operation and maintenance considerations
within the report. b. Plans and Specifications. The DR+s preliminary
designs for the selected alternatives shall be utilized in the
preparation of final plans and specifications for the construction of
the subject work. Also included in this phase of work will be the
preparation of a construction schedule, quality control plan,
supplemental construction data, and providing assistance to the
Government during the prebid phase. c. Computer-Aided Design and
Drafting (CADD). The selected firm must be able to produce engineering
plates for the Design Report and drawings for the plans and
specifications on a CADD system in Intergraph MicroStation Version 5.0
or DXF format and provide design plates and drawings fully compatible
with the Portland District Intergraph CADD system. A list of equipment
or proposed conversion software must be contained in the firm+s package
so that compatibility can be verified by the Portland District CADD
System Manager. d. Quantity and Cost Estimates. An estimate of
quantities will be required in a format suitable for inclusion in the
construction cost estimate. Construction costs will be required in
Corps of Engineers Micro-Computer Aided Cost Estimating System
(MCASES). e. Optional Services. In addition to services directly
related to producing the Design Report and Plans and Specifications,
the following optional services may be included during the life of the
contract: (1) Technical Reports. Technical reports, including value
engineering and technical studies, as required. (2) Construction
Consultation. Including review of shop drawings; construction site
visits; design modifications; and preparation of as-built drawings. (3)
Other related technical support. Other related technical support ready
for bidding. (4) Engineering support during construction. Engineering
support during construction will consist of review of shop drawings,
consultation, site visits, design modifications, preparation of
operation and maintenance (O&M) manuals, and review of as-constructed
drawings. (5) Engineering support during the warranty period.
Engineering support during the warranty period of one (1) year will
consist of consultation, site visits, repairs judged to be a
responsibility of modification construction, and preparation of any
additional required as-built drawings. 2. Project Information: The
hatcheries are located approximately 10 miles west of Umatilla, Oregon.
The operation of the hatcheries will be impacted by the existing John
Day Lock and Dam drawdown operations. Both hatcheries currently utilize
ground water supplies, which are dependent on shallow alluvial
aquifers. These aquifers are recharged by Lake Umatilla. As part of a
study to determine methods of increasing juvenile fish survivability in
the Columbia and Snake Rivers, it has been determined that lowering
Lake Umatilla from its historically +normal+ operating elevation to its
minimum operating pool will decrease the transit time through the
reservoir and increase survivability. Lowering the reservior level will
result in a reduction of available ground water supplies to the
hatcheries, severely reducing their salmon and steelhead smolt
production capabilities. The estimated construction cost of this
project is over $10,000,000. 3. Selection Criteria: See Note 24 (Monday
edition) for general selection process. The selection criteria are
listed below in descending order of importance (first by major
criterion and then by each sub-criterion). Criteria a-g are primary.
Criteria h-j are secondary and will only be used as ``tie-breakers''
among technically equal firms. a. Specialized experience and technical
competence in providing multi-discipline designs in the following
specified areas. Demonstrated experience must have been performed
within the last five years. Specialized experience and technical
competence in: (1) Pumping Plants, utilizing a river or similar intake
with fish screens. (2) Water Treatment Systems, incorporating water
filtration, disinfection (non-chemical), aeration, and temperature
modification. (3) Hatchery Design Experience. b. Specialized experience
will be evaluated by the following criteria: (1) Mechanical Engineers:
Engineering, design, and preparation of plans and specifications for
large scale pumping plants, piping and plumbing systems, waste water
treatment systems, commercial chillers, and HVAC systems. (2)
Structural Engineers: Engineering, design, and preparation of plans and
specifications for hatchery and related buildings, concrete, timber and
steel structures, slabs, footings, retaining wall, river structures,
structural steel, miscellaneous metal, piping and supports. (3) Civil
Engineers: Engineering, design, and preparation of plans and
specifications for roads, pavements, drainage, excavation and disposal,
grading, clearing and debris removal, utilities, waste water treatment,
on-site water supply and water treatment, and river bank protection.
(4) Electrical Engineers: Engineering, design, and preparation of plans
and specifications for medimum and low voltage power supply systems,
emergency power systems (gensets), motor controls, lighting, and other
miscellaneous electrical systems. (5) Hydraulic Engineers: Engineering
design, and preparation of plans and specifications for pump intakes,
which would include screening for juvenile fish and potential bypass
facilities away from the pump intakes. (6) Geotechnical Engineers:
Geologic and soils mapping and investigation; soils engineering;
engineering geology; surface and subsurface soils and rock sampling for
both insitu and lab testing; experience in the analysis, plan, and
design of a variety of civil works structures and their foundations;
excavations and embankments; groundwater investigation; slope and
foundation stability studies; slope protection and retaining
structures; and geotechnical reports and specification writing. (7)
Fisheries Biologist: Knowledge relating to and experience with cold
water anadromous fish hatcheries, including rearing issues relating to
steelhead, fall and spring chinook, and water quality requirements for
these species. (8) Architect: Architectural design, and preparation of
plans and specifications for industrial type buildings, to include
roofing systems, exterior and interior finishes, and miscellaneous
architectural features. (9) Landscape Architect: Planning, design, and
preparation of plans and specifications for site planning,
planting/restoration design, and irrigation design. Landscape architect
must be professionally licensed and have a minimum of two years design
experience with plant materials used specifically in the Eastern
Oregon region, Umatilla area, which Western Gardens Book identified as
Climate Zone 3. Specific examples of completed projects and
involvement in completed projects that demonstrated the specialized
experiences and technical competence will be the primary information
evaluated. c. Professional qualifications of the personnel to be
assigned to this project. The evaluation will consider education,
training, registration, and longevity of relevant experience. The
following disciplines will be evaluated (minimum number of individuals
to be evaluated is shown in brackets to the right of each discipline):
(1) Project Manager (1); (2) Design Manager (1); (3) Structural
Engineers (4); (4) Civil Engineers (1); (5) Mechanical Engineers (4);
(6) Electrical Engineers (3); (7) Hydraulic Engineers (1); (8)
Geotechnical Engineers (1); (9) Engineering Geologist (1); (10)
Fisheries Biologist (1); (11) Architect (1); (12) Landscape Architect
(1); (13) Geologist (1); (14) Cost Estimators (2); (15) Specification
Writers (2); (16) CADD Operators (6). d. Ability to meet the CADD
requirements as specified in the synopsis. e. Design Quality Assurance:
(1) Description of quality control processes used by the firm. (2)
Description of manpower approach firm would use on this contract if
successful offeror. Includes organizational chart showing
inter-relationship of management and design team components. f. Past
Performance. Past performance on contracts with Government agencies and
private industry in terms of cost control, quality of work, and
compliance with performance schedules. List points of contact and
telephone numbers of verification. g. Current Workload. Current
workload and the capacity of the firm to accomplish the required
services on schedule. The firm should estimate the volume of work
anticipated during the life of this contract, and the precentage of
resources that would be available to perform the required services. h.
Extent of participation of SB, SDB, historically black colleges and
universities, and minority institutions in the proposed contract team,
measured as a precentage of the total estimated effort. i. The general
geographical location of the firm with regard to other firms and the
Portland District will be considered. j. The volume of DOD contract
awards in the last 12 months as described in Note 24. 4. Submission
Requirements. Interested A-E firms having the capabilities to perform
this work must submit one copy of SF 255 (11/92 edition), and one copy
of SF 254 (11/92 edition) for the prime firm and all consultants, to
the above address not later than the close of business on the 30th day
after the date of this announcement. If the 30th day is a Saturday,
Sunday, or Federal Holiday, the deadline is the close of business of
the next busines day. Include the firm's ACASS number in SF 255, Block
3b. Technical questions should be directed to Ron Wridge, (503)
326-2748. Administrative questions should be directed to Leslie
Conklin, (503) 326-6418. Solicitation proposal. Reference
DACW57-95-R-0043. SIC 8712 (198) Loren Data Corp. http://www.ld.com (SYN# 0015 19950718\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|