Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 9,1996 PSA#1569

U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821, LOUISVILLE KY 40202-2230

C -- A-E SERVICES FOR DESIGN OF A GREENWAY CORRIDOR, PARALLEL AND ADJACENT TO THE OHIO RIVER ON THE INDIANA SHORELINE OF JEFFERSONVILLE, CLARKSVILLE, AND NEW ALBANY, IN SOL W22W9K-6086-0903 POC Contract Specialist Robin Woodruff (502) 582-5598 (Site Code DACA27) 1. CONTRACT INFORMATION: A-E services may include site investigation, planning studies, engineering studies, design development, final design and the preparation of construction documents, in addition to an option for Title II Services and construction management. The proposed services will be obtained by a negotiated firm fixed price contract. The estimated construction cost is between $20,000,000 and $30,000,000. The anticipated award date is June 1996. Before award of this contract, the firm (if not a small business concern) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. To meet the current subcontracting goals, 52.5% of the total subcontracted dollars must go to small business firms, 8.8% must go to small disadvantaged business firms, and 3.0% must go to woman-owned firms. These percentages are applied to the total amount of subcontracted dollars.The plan is not required with this submittal. It is our intent to enter into a Partnering Agreement on this project. This could required the selected firm to attend a one-day partnering meeting to define the District's expectations of the A/E, create a positive working atmosphere, encourage open communications, and identify common goals. A great emphasis will be placed on the A/E's quality control procedures. The A/E selected for this project will be required to submit a project-specific design quality control plan for approval as a condition of contract award. This plan is not required with this initial submittal. 2. PROJECT INFORMATION: The greenway corridor is linear in nature and seven miles in length. The strip formed by the North and South boundaries varies in width from less than 1/4 mile to approximately 1 mile near the central portion of the project area. A master plan has been completed for the project. The project will consist of but not be limited to: a. greenway planning and design, b. road design, paving and resurfacing, c. design of pedestrian and bicycle trails, d. site work including planning, grading and drainage, e. landscape planning, f. rest areas and overlooks, g.environmental restoration, h. design of a promenade and water edge treatments, i. lighting, j. site surveying, k. geotechnical activities (soils engineering), l. structural analysis and design (levee cuts and small bridge), m. dock design and details, n. electrical design for marina, and o. utility analysis and design for certain features. 3. SELECTION CRITERIA: See Note 24 for general selection process information. The selection criteria in descending order of importance (Criteria a-e are primary and f-j are secondary) are listed below and must be documented in the SF 255. a. A designer and checker with education, training, and specialized experience in the fields of civil, sanitary, hydraulic, geotechnical (soils engineering), environmental, structural (independent of civil), mechanical, and electrical engineering are necessary with at least one in each field professionally registered. Additionally, professionals qualified by education, registration, certification, and/or training in landscape architecture and architecture are necessary. b. Specialized experience and technical competence in all areas listed in Paragraph 2, Project Information, above. c. Knowledge and experience of urban waterfront and greenway related work along rivers in the central United States. d. Capacity to complete the work in the required time. e. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. f. Geographical location and knowledge of the locality of the project. g. Superior performance evaluations on recently completed DOD contracts. h. Volume of DOD contract awards in the last 12 months as described in Note 24. i. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contact team, measured as a percentage of the estimated effort. j. A brief Design Management Plan, including an explanation of the firm's management approach, management of subcontractors (if applicable), quality control procedures and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in paragraph 10 of the SF 255. 4. SUBMITTAL REQUIREMENTS: a. See Note 24 for general submission requirements. Firms which are interested and meet the requirements described in this announcement are invited to submit one completed SF 255 (Revision 11-92), U.S. Government A/E and Related Services for Specific Projects to the office shown above. SF 255 (Revision 10-83) is obsolete and only the 11-92 edition of SF 255 will be accepted. All responses on SF 255 to this announcement must be received no later than 4:30 pm Local Time on May 9, 1996 to be considered for selection. b. It is requested that interested firms list the fee amount and date of all DOD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF 255. c. Responding firms must submit a current and accurate SF 254 for each proposed consultant. Additionally, all responding firms which do not have a current (within the past 12 months) SF 254 on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF 254. If a SF 254 is included, only the 11-92 edition of the form will be accepted. The business size status (large, small and/or minority) should be indicated in Block 3 of the SF 255. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. d. No other information including pamphlets or booklets is requested or required. e. No other general notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are(0096)

Loren Data Corp. http://www.ld.com (SYN# 0019 19960408\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page