Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 7,1996 PSA#1611

Department 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