|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1996 PSA#1685US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 C -- SOUTHEAST LOUISIANA DRAINAGE PROJECTS, JEFFERSON PARISH PUMPING
STATIONS #2 (SUBURBAN) AND #3 (ELMWOOD) SOL DACW29-96-R-0042 POC
Contract Specialist, Betty Knight at (504) 862-1099, Contracting
Officer, Martha P. Sloan at (504) 862-1161 1. CONTRACT INFORMATION: A-E
services are required for two separate fixed price contracts (one
contract per project). One fixed price design contract will be awarded
to each of two separate firms. Estimated cost of each contract ranges
between $800,000 and $1.2 million. Both contracts are scheduled for
award on/around June 97. Duration of each contract will be
approximately 3 years. This announcement is open to all businesses
regardless of size. Specific authorization for these projects and funds
are not presently available. 2. PROJECT INFORMATION: Each contract will
involve the design of an additional capacity of approximately 2000 cfs
to an existing pump station. Pumping units, consisting of a pump,
diesel engine, gear reducer, and engine control panel will be designed
and purchased by the government, and for the purposes of the
construction contract, shall be supplied as government furnished
equipment. All technical information required for their installation
shall be supplied as well. Engineering efforts will, therefore, be
concentrated on the design of all structural and civil aspects of the
addition, the design of the mechanical/electrical installation
requirements of the pumping units and all other pumping station
mechanical/electrical equipment. Each Architect-Engineer shall furnish
all services, materials, supplies, plant labor, equipment, studies,
investigations (including soil borings, geotechnical designs and
surveys), supervision and travel required to design, prepare a design
report, right-of way maps and plans and specifications (including
contstruction cost estimates), and perform engineering and design
during construction for the work described above. The construction
plans and right-of-way maps shall be prepared utilizing CADD programs
fully compatible with the Intergraph/Bentley Microstation CADD
software, Version 4.0 or later. 3. MINIMUM PERSONNEL AND EQUIPMENT: To
be considered for selection, firms must clearly identify in the SF 254
or block 10 of the SF 255 expertise in the types of work cited above,
and must provide the folllowing minimum design presonnel: 2 civil
engineers, 1 geotechnical engineer, 2 structural engineers, 1
electrical engineer, 2 mechanical engineers, 1 cost engineer, 3 CADD
technicians, 1 registered land surveyor, 1-three person topographic
survey crew and 1 soils boring crew and must also provide a list of
survey and soil boring equipment that may be utilized for the project.
4. SELECTION CRITERIA: The selection criteria are listed below in
order of precedence (first by major criterion and then by each
sub-criterion). Criteria 1-7 are primary. Criteria 8-10 are secondary
and will only be used as ''tie breakers'' among technically equal
firms. (1) Specialized experience and technical competence of both key
personnel and firm in the type of work required. (2) Professional
Qualifications of the key design personnel available to work on these
contracts in the following disciplines: civil engineering, structural
engineering, geotechnical engineering, electrical engineering,
mechanical engineering, cost engineering, surveying (one registered
land surveyor and surveyors experienced in using total station data
collection system) and CADD. (3) Capacity (personnel and equipment) to
submit design report, right-of-way maps and plans and specifications
within the following time frames after contract award: design report
within 120 days, right-of-way maps within 120 days, and plans and
specifications within 365 days, and engineering and design during
construction for a period of 24 months after award of a construction
contract. (4) Knowledge of project area. (5) Past performance on DOD
contracts, Jefferson Parish and other contract with respect to cost
control, quality of work and compliance with performance schedules. (6)
Outline of Quality Control Plan. (7) Outline of Safety plan and record
of performance (manhours lost to accidents in the last 100,000
manhours worked by a firm). (8) Geographic proximity to New Orleans.
(9) Extent of participation (measured as a percentage of total
contract) by all Business, Small Disadvantaged Business, Historically
Black Colleges and Universities, and Minority Institutions. (10) Volume
of DOD Work. 5. SUBMISSION REQUIREMENTS: See Note 24 for general
submission requirements. Firms which meet the requirements described in
this announcement are invited to submit 5 copies of SF 254,s and SF
255's (11/92 edition) for the prime and all subcontractors and
consultants not later than 30 days after the date of this publication.
Address the minimum personnel and equipment requirements and each of
the Selection Criteria in Block 10 of the SF 255. For criteria (6) and
(7), comprehensive outlines of safety and quality control plans will
be satisfactory. Complete plans will be required after contract award.
Safety performance data (manhours lost) must be submitted, including
data for any subcontractors. If the 30th day is a Saturday, Sunday, or
Federal Holiday, the due date is the close of business the next
business day. Include the firm's ACASS number in SF 255, Block 3b. For
ACASS information, call (503) 326-3459. For courier deliveries, the
physical address is U.S. Army Engineer District, CELMN-CT-T, Attn:
Betty Knight, New Orleans, Foot of Prytania Street, New Orleans, LA
70118-1030. This is not a RFP. Refer to Solicitaion No.
DACW29-96-R-0042. (0263) Loren Data Corp. http://www.ld.com (SYN# 0010 19960920\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|