Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1996 PSA#1685

US 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