|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23,1996 PSA#1706US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 C -- STRUCTURES AND BRIDGES INSPECTION PROGRAM WITHIN THE LIMITS OF
THE NEW ORLEANS DISTRICT SOL DACW29-97-R-0004 POC Contract Specialist,
Valerie Sanders at (504) 862-1665, Contracting Officer, Martha Sloan
at (504) 862-1161 1. CONTRACT INFORMATION: An Indefinite Quantity Task
Order Contract NTE $500,000 for the base period with two optional
periods NTE $500,000 (per period) is scheduled for award about April,
1997. 2. PROJECT INFORMATION: Work will consist of: (1) inspection of
completed civil works structures to include locks, pumping stations,
floodgates, control structures, drainage structures, floodwalls,
hydroelectric structures and bridges by inspection teams qualified by
experience and knowledge; (2) Non-destructive weld testing and
inspection of steel components; (3) preparation of preinspection and
inspection reports; (4) CADD drafting service in support of the
inspection program. 3. 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. Selection evaluation factors in order of precedence are:
(1) specialized experience of the firm and its key personnel; (2)
capacity (personnel) to perform the work in the required time; (3)
professional qualifications of the personnel available for the
satisfactory performance of the required service. Firms must have at
least the following minimum personnel: one civil engineer, one
structural engineer, one geotechnical engineer, one electrical
engineer, one mechanical engineer, and one level II and one level III
weld inspector; (4) past performance on contracts with Government
agencies and private industry; (5) knowledge of geographic area within
the limit of the New Orleans District; (6) Safety plan and past
performance (manhours lost to accidents in the last 100,000 manhours of
work by firm); (7) Quality control plan; (8) Location in the general
geographic area; (9) Extent of participation (measured as a percentage
of total contract) by Small Business, Small Disadvantaged Business,
Historically Black Colleges and Universities, and Minority
Institutions; and (10) Volume of DOD work. To be considered for
selection, a firm must clearly identify in its SF 254 or Block 10 of
the SF 255 experience in the types of work cited above, identify
experience and knowledge in the design, construction and operation of
the types of structures to be inspected, identify capacity to produce
CADD drawings that are fully compatible with Microstation Version 4.0
or higher, identify availability of individuals qualified to conduct
inspections in each of the following disciplines: civil, structural,
geotechnical, electrical and mechanical engineering and have a
registered professional engineer. In addition, relative to bridges, the
firm must clearly indentify individuals meeting the requirements in
appendix A of Section 650.307 National Bridge Inspection Standards
(NBIS). Relative to weld inspection and testing, the firm must clearly
identify Level II and III weld inspectors, qualified (certified) in
accordance with the American Society of Non-Destructuve Testing.
Corporate certification of Level III weld inspector in accordance with
(ASNT) Practice No. SNT-TC-1A will be acceptable. 4. SUBMITTAL
REQUIREMENTS: See Note 24 for general submission requirements. Firms
which meet the requirements in this announcement are invited to submit
5 copies each of SF 254 and SF 255 to the office shown below,
including those for subcontractors and consultants, within 30 days
after the date of this publication. The ten evaluation factors, an
organization chart outlining key personnel and use of subcontractors
must be addressed in responses that comply with this announcement. For
criteria (6) and (7) comprehensive outline 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 deadline is the close of
business of the next business day. This is not a Request for Proposal.
Evaluation factors listed above must be addressed in Block 10 of the
SF 255. 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 the U.S. Army Engineer District, CELMN-CT-T, Attn: Valerie
Sanders, New Orleans District, Foot of Prytania Street, New Orleans, LA
70118-1030. Solicitation packages are not provided. Refer to
announcement No. DACW29-97-R-0004. (0295) Loren Data Corp. http://www.ld.com (SYN# 0011 19961022\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|