|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 7,1996 PSA#1611Department of the Army, St. Paul District Corps of Engineers, 190 Fifth
Street East, St. Paul, Minnesota 55101-1638 C -- A-E SERVICES FOR FIRM FIXED-PRICE CONTRACT FOR PREPARATION OF
PLANS AND SPECIFICATIONS AND FOR CONSTRUCTION ENGINEERING FOR DAM
SAFETY IMPROVEMENTS AT HOMME DAM, NORTH DAKOTA SOL SPPEMA52980136 POC
Patrick Peine, (612) 290-5416/Contracting Officer, Denise M. McCarthy,
(612) 290-5409 CONTRACT INFORMATION: Architect-Engineering services
are required for a firm fixed-price contract for preparation of (1)
contract drawings and specifications, (2) fair and reasonable estimate
for construction costs, (3) construction engineering services,
including shop drawing review, field inspection, providing engineering
advice during construction, O&M Manual, and preparation of as-built
drawings. This announcement is open to all businesses regardless of
size. The contract is anticipated to be awarded by November 1996 and
completed by November 2000. 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 that a
minimum of 60.3% of the contractor's intended subcontract amount be
placed with small business (SB), including small disadvantaged business
(SDB) and women-owned businesses (WOB), of which 9.8% placed with SDB,
and 2.9% with WOB. The plan is not required with this submittal. The
Corps has requested Service Contract Act wage rates for the following
locations: Dakota, Scott, Olmstead, Hennepin and Ramsey Counties in
Minnesota; Cass, Grand Forks and Walsh Counties in North Dakota; Eau
Claire, Milwaukee and Dane Counties in Wisconsin; Clay and St. Louis
Counties in Missouri; Muscatine County in Iowa; and Cook County in
Illinois. Upon request of any interested offeror, the government will
request a Service Contract Act Wage determination for other possible
places of performance. If you wish the Corps to obtain a Service
Contract Act wage determination for a location other than one listed
above, you must provide the Corps with a written request for additional
Service Contract Act wage determination within 30 days after the date
of the announcement. That request must contain the state and county
where the offeror proposes to perform the work. If you are awarded this
contract and the place where you will perform the work is not covered
by a Service Contract Act wage determination requested by the Corps and
you do not timely request the Corps to obtain an additional Service
Contract Act wage determination for your particular place of
performance, the Corps will request a Service Contract Wage
determination for your particular place of performance in incorporate
it into the contract (retroactive to the date of award) with no
adjustment in contract price. PROJECT INFORMATION: The major project
features could include temporary repairs to the existing spillway,
diversion of water, construction of a new reinforced concrete spillway,
stilling basin and riprapped exit channel with training dikes,
installation of sediment monitoring system, and construction of a water
supply system for the City of Park River. The specific project features
shall be those to be recommended upon completion and approval of the
Design Memorandum. It is anticipated that this project will use the
metric system to the extent practical. The estimated construction cost
is between $5 million and $10 million. SELECTION CRITERIA: See Note 24
for general selection process. The selection criteria in descending
order of importance are: a. Professional capabilities including
qualified professional personnel in structural, geotechnical, civil,
hydraulic, specification, cost engineering and landscape architecture.
b. Specialized experience and technical competence in: (1) design of
hydraulic structures; (2) design of earthen structures and erosion
protection measures (3) CADD; and (4) quality management. The
evaluation will consider the management structure; coordination of
disciplines, offices and subcontractors; and quality control plans.
Required information includes an organization chart. c. Capacity to
prepare the plans and specifications within 15 months. d. Past
performance on contracts with respect to cost control, quality of work
and compliance with performance schedules. e. Knowledge of the
locality including cold climate engineering, design, and construction.
f. Extent of participation of SB, SDB, WOB, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the estimated subcontracting
effort. g. Location of the firm in the general geographical area of the
St. Paul District. h. Volume of DOD contract awards in the last 12
months as described in Note 24. Volume of work for the St. Paul
District will also be considered under this factor. The last three
factors, minority business, location and volume of DOD work, are of
equal value and will not be used unless more than one firm is
considered highly qualified. Drawings submitted by the contractor are
required to be 3-dimensional drawing in Intergraph IGDS format
(MicroStation v4.0), compatible with the St. Paul District CADD system.
The contractor is not required to work with MicroStation or other
Intergraph software, however, the CADD system used must provide files
that the contractor may translate into the Intergraph system.
Conversion of design files to IGDS is the sole responsibility of the
contractor, and shall be incidental to the submittal process. Drawings
produced will conform to al Corps of Engineers and District CADD
drawing and mapping standards including, but not limited to,
3-dimensional placement of translatable graphic elements on specified
levels, producing lines with specified weights, colors, styles, and at
proper elevation. The SF 255 submitted by the contractor shall clearly
delineate the type of CADD equipment, hardware and software, intended
for use on this contract, the years of operating experience accumulated
on the CADD system, and the translation methods to be used, if needed.
The contractor shall provide references to other projects that they
have completed using the stated CADD system. SUBMITTAL REQUIREMENTS:
Interested A-E firms having the capabilities to perform this work must
submit three copies of Standard Form 254 and Standard Form 255 for the
prime and all consultants/subcontractors, (only the 11-92 revised
edition of these Standard Forms will be accepted) to the below address
not later than 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 business
day. A-E firms shall indicate their business size in item 3 of Form
255. Responding firms must indicate the following on Item 10 of Form
255: 1) the dollar amount of Department of Defense contracts and total
dollar amount of contracting awarded in the 12 months prior to this
notice; 2) include the percentage of the estimated subcontracting
amount that would go to SB, SDB, WOB, historically black colleges and
universities, and minority institutions; and 3) a description of the
firms overall design quality management plan, including management
approach, coordination of disciplines and subcontractors, and quality
control procedures. Information, number of personnel and past job
experience provided in the Standard Form 255 shall reference the firm
or local office providing the service and all designated
subcontractors. Solicitation packages are not provided for A-E
contracts. This is not a request for proposal. Send responses to
Department of the Army, St. Paul District, Corps of Engineers, ATTN:
CENCS-CT, 190 Fifth Street East, St. Paul, Minnesota 55101-1638. See
Note 24. For Standard Form information or questions, call Mr. Patrick
Peine at (612) 290-5416. (Ref. No. SPPEMA52980136). (0157) Loren Data Corp. http://www.ld.com (SYN# 0023 19960606\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|