Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1996 PSA#1548

U.S. Army Corps of Engineers, Galveston District, ATTN: CESWG-ED-M, Room 201B, P.O. Box 1229, Galveston, Texas 77553-1229 or 2000 Fort Point Road, Galveston, Texas 77550

C -- PREPARATION OF PLANS AND SPECIFICATIONS, SIMS BAYOU, REACH 5, HOUSTON, TEXAS SOL DACW64-R-96-0007 POC Contact: James H. Benham III, A-E Contract Coordinator, 409/766-3177; Mary Monnell, Contracting Officer, 409/766-3847 CONTRACT INFORMATION: Architect-Engineer (A-E) services to be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for preparation ofconstruction documents and construction management (option) for Reach 5 of the Sims Bayou,Texas, Flood Control project from Cullen Boulevard to Mykawa Road (Approximate Stations549+00 to 391+00). Based upon design data and drawings to be provided by the Government inthe form of Feature Design Memorandum (FDM) No. 5, the A-E will prepare design analyses,construction drawings and specifications, quantity and cost estimates, a construction ''CPM''network, requirements for a storm water pollution prevention plan, and an ''engineeringconsiderations'' report for construction guidance. The A-E will perform field surveys as necessaryto supplement existing data and will provide (at the option of the Government) an independenttechnical review of the documents prepared by the firm by means of an independent technicalteam. The A-E (at the option of the Government) will also perform construction managementservices anticipated to consist of: reviewing shop drawings, the storm water pollution preventionplan, and other submittals; making periodic site visits; preparing and reviewing change orders;reviewing and researching contract claims; performing quality control including sampling andtesting; preparing as-built drawings; preparing a ''lessons learned'' report; and providingconsultation and other related services as A-E involvement during construction. Design will beconsistent with the design of three downstream reaches, two of which are under constructionwhile drawings and specifications are currently being developed for the other. A firm-fixed-pricecontract will be negotiated. This contract is anticipated to be awarded about May 1996 with thefinal documents to be completed by June 1997. This announcement is open to all businessesregardless of size. Consideration will be given to the small business and the small disadvantagedbusiness. If a large business is selected for this contract, it must comply with FAR 52.219-9regarding the requirement for a subcontracting plan on that part of the work it intends tosubcontract. The subcontracting goal is that a minimum of 52.5 percent of the contractor'sintended subcontract amount be placed with small businesses (SB) of which 8.8 percent can bewith small disadvantaged businesses (SDB) and 3.0 percent can be with small woman-ownedbusinesses.) The plan is not required with this submittal; however, a plan approved by theContracting Officer is required prior to award of the contract. Metrication is not required for thiscontract and is not a selection criterion for the proposed procurement. The wages and benefits ofservice employees (see FAR 22.10) performing under this contract must be at least equal to thosedetermined by the Department of Labor under the Service Contract Act. This acquisition is beingconducted under a specific agency delegation of GSA's exclusive procurement authority for FIPresources. The specific GSA DPA case number is KKA-95-AD-002. Specifications must beprepared in Construction Specifications Institute (CSI) format and submitted on diskette in ASCIIformat, complete and ready to reproduce. Cost estimate preparation will require IBM compatibleequipment to operate Government furnished PC based Micro-Computer Aided Cost EstimatingSystem (MCACES) software. End products shall be submitted in hard copy and digital formatscompatible with the District's word processor (WordPerfect version 5.1 or later), spreadsheet(Lotus 1-2-3 version 2.3 or later), and Computer Aided Design and Drafting (CADD) (IntergraphMicrostation Design File (DGN) version 4.0.3.2 or later) systems as required by the ContractingOfficer. PROJECT INFORMATION: The project is located in the southern part of Houston,Harris County, Texas. Sims Bayou is a part of the Buffalo Bayou watershed, which drains muchof the urbanized area of Houston and surrounding communities. Sims Bayou lies about 4 to 6miles south of the downtown business district. The bayou flows generally from west to east-northeast, discharging into the Houston Ship Channel and Buffalo Bayou. The project consists ofchannel enlargement and bend easing to contain a 25-year frequency flood along withenvironmental quality measures and riparian habitat replacement. Design improvements includelining the lower portion of the channel with cellular concrete mats, in-channel maintenance berms,lateral inflow drainage control structures, a temporary control structure at the upstream terminus,and an in-channel flood bench berm on each side of the channel where sufficient rights-of-wayexist. Native trees will be planted on the flood bench berm and the upper side slopes. Theestimated construction cost is over $10,000,000. SELECTION CRITERIA: See Note 24 forgeneral A-E selection process. The selection criteria are listed below in descending order ofimportance (first by major criteria and then by sub-criteria). Criteria a-d are primary while criteriae-g are secondary and will only be used as ''tie-breakers'' among the technically equal firms. Thefirm must demonstrate in its submission the capability to meet the following requirements:a. Experience and technical competence of the individual staff members and the firm in:1) Adapting designs and preparing construction drawings and specifications in CSI format forurban channel flood control projects. 2) Producing environmentally-sensitive design solutions andsuccessfully interfacing with the broad spectrum of environmental resource agencies and privategroups. 3) Producing and delivering quality products within accuracies and on schedule based onevaluation of the firm's design quality management plan (DQMO). The evaluation will considerthe management approach, coordination of disciplines and subcontractors, quality controlprocedures, and prior experience of the prime firm and any significant subcontractor(s) on similarprojects. 4) Performing field surveys in urban areas for flood control projects. 5) ApplyingFederal regulations (Corps of Engineers' TMs, EMs, guide specifications, etc.) applicable to civilworks flood control projects. 6) Producing CADD drawings in a format fully compatible with theGalveston District's MicroStation Intergraph CADD System. 7) Construction cost estimating andpreparing estimates utilizing Corps of Engineers' IBM compatible PC based MCACES softwareto be provided by the Government. 8) Performing construction management as described aboveunder contract information. b. Qualified professional personnel in the following disciplines as aminimum: project manager (licensed professional engineer), civil engineer, cost engineer or costestimator, geotechnical (soils) engineer, hydraulic (hydrologist) engineer, structural engineer,landscape architect (licensed), CADD system manager, CADD system operator, draftsperson,engineer technician, specification writer, construction representative and survey party. Workmust be performed under the direction of licensed professional engineers and landscape architects.The CADD System Manager/Expert must be experienced with an Intergraph compatible system.The evaluation will consider education, training, registration, overall and relevant experience, andlongevity with the firm. c. Past performance on Department of Defense (DOD) and othercontracts with respect to cost control, quality of work, compliance with performance schedules,and cooperativeness. d. Capacity to submit pre-final documents by April 1997 and to perform anindependent technical review by a qualified team other than of the design team. The evaluationwill consider the experience of the firm and any consultants in similar size projects, and theavailability of an adequate number of personnel in key disciplines. e. Geographic location of thefirm and knowledge of flood control and environmental sensitivity in the area. f. Extent ofparticipation of SB, SDB, historically black colleges and universities, and minority institutions inthe proposed contract team. g. Volume of DOD contract awards in the last 12 months asdescribed in Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submissionrequirements. Interested firms having the capabilities to perform this work must submit twocopies of completed US Government Standard Form (SF) 255 (11/92 edition is the only one thatwill be accepted) and two current (dated within the last 12 months) copies of SF 254 (11/92edition is the only one that will be accepted) for the prime contractor and each subcontractorand/or consultant. Submittals shall be mailed to the address above ATTN: A-E ContractCoordinator or for special street delivery 2000 Fort Point Road, Galveston, Texas 77550.Submittals must be received in this office no later than 4:00 P.M. Central Daylight Savings Time(CDST) thirty (30) calendar days after the date of appearance of this announcement in theCommerce Business Daily (CBD). If the 30th day is a Saturday, Sunday or Federal holiday, thedeadline is no later than 4:00 P.M. CDST the first workday thereafter. SF 255's and SF 254'sreceived after the time and date will not be considered. Only those firms responding to thisannouncement will be considered. Qualification data submitted must demonstrate the ability andtechnical expertise of the firm and its staff to perform the engineering services described in thisannouncement. Additional information requested of each firm responding: (1) Indicate in block 3the Contractor's Establishment Code (CEC) and Tax Identification Number (TIN) (if available) ofthe firm identified in block 3. (2) Provide in block 3a telefax number (if any). (3) List in theappropriate block prior names of the firm used in the past three years including parent company,branch offices, affiliates, associates, and subsidiaries. (4) Provide in block 7 resumes of ALLpersonnel who will be involved, state their respective function and indicate their experience in thatfunction. (5) Provide in block 10 information on the proposed CADD system and how it will becompatible with the Galveston District's MicroStation PC 4.0.3.2 Intergraph system. (6) List inblock 10 all DoD contracts awarded to the firm and its affiliates during the last one year alongwith the dollar amount and completion date of each award. (7) Discuss in block 10 why the firmis especially qualified to provide urban water resource and flood control design services. Firmsresponding with multiple offices: (1) Indicate personnel strength in block 4 by office. (2) Indicatethe office which completed each of the projects listed in block 8. (3) List which office is undercontract for any of the contracts listed in block 9. Provide a statement in block 10 to the effectthat the firm is or is not a small business, small disadvantaged business or woman-owned business.For the purposes of this procurement, small business is defined as a concern, including itsaffiliates, having average annual receipts for its preceding three fiscal years not in excess of$2,500,000. All information must be included on the SF 255 (cover letter and other attachmentswill not be considered in the evaluation process). Telegraphic and facsimile SF 255's and SF 254'swill not be accepted. Personal interviews may not be scheduled prior to selection of the mosthighly qualified firms. This is not a request for proposal. See Note 24. (0067)

Loren Data Corp. http://www.ld.com (SYN# 0034 19960308\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page