Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1995 PSA#1391

U.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