Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25,1996 PSA#1687

U.S. Army Engineer District, Detroit, 477 Michigan Ave., Detroit, MI 48226

C -- INDEFINITE QUANTITY CONTRACT FOR A/E SERVICES POC Mr. Sammie Hart (313) 226-6358. Collect Calls Are Not Accepted. This procurement is UNRESTRICTED. 1. CONTRACT INFORMATION: Planning, Engineering & Design services, to include topographic and hydrographic surveying, geotechnical investigations and environmental sampling/testing, is required for various civil works (navigation & flood control) projects within the Detroit District boundaries. The contractor selected will need sufficient resources and flexibility to be able to furnish a full range of professional planning, engineering and design services related to navigation and flood control projects in the upper Great Lakes area. Expected services may include, but are not limited to, the following: topographic site surveys & mapping; real estate and boundary surveys; hydrographic surveys; geotechnical site investigations, boring, sampling & testing; environmental (soil, sediment & water quality) sampling & testing; design of navigation project structures, facility repairs/improvements, flood control structures, shoreline protection & remediation, dredged material disposal confinement facilities, containerized HTRW remediation; and preparation of planning & design report documents, construction plans & specifications, and cost estimates for the aforementioned projects. An indefinite delivery contract will be negotiated and awarded for a base period of one year, and two option periods, each one year in duration. The proposed services will be negotiated and obtained through the issuance of individual, fixed price delivery orders, not to exceed $1,000,000 per order. The annual ceiling for the base year and option years is $1,000,000 per year. This announcement is open to all business regardless of their size. 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 the part of this work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 52% of the contractor's intended subcontract amount be placed with small businesses (SB), to include 9% with small disadvantaged business (SDB) and 3% with women owned small businesses (WSB). The detailed subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The majority of the professional services are required for work related to the design of rehabilitation of existing navigation and flood control structures and HTRW remediation. Anticipated project sites are within the geographic limits of the Detroit District, and are located in Michigan, eastern Minnesota, eastern Wisconsin and northern Indiana. The estimated range of construction costs for the projects range from $50,000 to $10,000,000. 3. SELECTION CRITERIA: See Note 24 for the general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-c are primary . Criteria d-f are secondary and will only be used as ``tie-breakers'' among technically equal firms. (a) Professional Qualifications: Selected firms shall accomplish engineering and design work under the direction of a licensed Professional Engineer practicing in the state where the project is located, i.e., registrations required for Michigan, Minnesota, Wisconsin & Indiana. Similarly, surveying shall be accomplished under the direction of Professional Land Surveyor and Hydrographic surveys shall be accomplished under the direction of a Certified (ACSM) Hydrographic Surveyor or a Professional Land Surveyor. (b) Specialized Experience and Technical Competence: The selected firm shall have clearly demonstrated professional technical experience in planning, engineering and design of the following: harbors jetties & piers (042), or, related special (navigation) structures (042); rivers, canals, waterways & flood control (092); rehabilitation of buildings structures & facilities (089); coastal structures including erosion protection (211); earth and rock dams, dikes & levees (025); foundations (097); dredging & dredged disposal facilities (215); solid waste disposal & land fills (099); environmental protection projects (276); and, underground storage tanks (274). In addition to the preceding, the selected firms shall also have a demonstrated professional technical experience in the following areas: site, installation and project planning (079); soils & geologic studies (097); offshore drilling & sampling; water resources, hydrology & ground water (114); computer aided design (CAD) (063); computer aided drafting & design (CADD) (321); surveying, platting, mapping, flood plain studies (102); boundary surveys & title searches, construction contract layouts & quantity takeoffs; dredging (hydrographic) surveys (215); use of global positioning systems (GPS) (278); and, environmental testing & analysis (221). The selected firm shall clearly demonstrate that they are technically capable of using Intergraph CADD software and providing drawing files in Microstation 95 IGDS format. The selected firm shall demonstrate technical competence in the following areas associated with surveying and mapping: establishing horizontal & vertical 2nd order control by conventional methods; establishing horizontal & vertical 2nd order control by GPS; accomplishing topographic surveys; performing hydrographic surveys in flowing water (rivers & streams), in Great Lakes Harbors, and along the Great Lakes shorelines; performing hydrographic flood control surveys; delivering survey results in Microstation IGDS format; and, scanning & digitizing capability in Microstation 95 IGDS 3-D format. The selected firm shall demonstrate technical competence in the following areas associated with geotechnical sampling & testing: familiarity with the Great Lakes subsurface geology; performing soil and rock borings to a depth of 150 feet in rough terrain; installation of ground water monitoring & sampling wells and piezometers; and, obtaining 5 inch diameter undisturbed samples in cohesive soils. The selected firm shall also be familiar with the Great Lakes aquatic systems, and demonstrate competence in sediment, water and tissue sampling and testing. (c) Capacity to Accomplish the Work: The selected firm shall have available for work on delivery orders adequate professional and technical personnel in the following disciplines: civil engineering, hydraulic engineering, surveying, cost estimating, specification writers, CAD/CADD experts (draftsmen), engineering technicians, environmental engineering, environmental technicians (biologists, chemists, limnologists), and HTRW certified survey, geotechnical sampling & environmental sampling crews. In addition to the preceding professional staffing, firms shall submit for consideration a list of all computers and software available to accomplish the work. In order to demonstrate their capability to perform hydrographic and land surveys, firms are required to submit a list of survey, horizontal positioning, and sounding equipment intended for use on this contract. In order to demonstrate their capability to perform geotechnical and environmental sampling, firms are required to submit a list of field sampling and laboratory testing equipment. In order to demonstrate capability to accomplish data collection and sampling on the water, firms are required to submit a list of the type & size of boats & equipment which will be used for this work. (All boats must meet U.S. Coast Guard requirements). For geotechnical sampling and testing, the drilling and sampling must be accomplished under the direction of a graduate soils engineer or geologist, the laboratory must be COE certified in accordance with EM 1110-1-261 or demonstrate capability of achieving certification via past certification or documented inspections and certification from other Federal or State agencies, have the capability of performing ``Q'' and ``R'' tests, and have a successfully established QA/AC program with personnel identified. For environmental testing, the laboratory must be COE validated or demonstrate capability of achieving validation via documented inspections and certifications from other Federal or State agencies and have a successfully established QA/QC program with personnel identified. (d) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance scheduled. (e) Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (f) Volume of DoD contract awards in the last twelve months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all subcontractors, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 2b. For ACASS information, call (503) 326-3459. This is not a request for proposal. (263)

Loren Data Corp. http://www.ld.com (SYN# 0019 19960924\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page