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