Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1996 PSA#1724

US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX 2946, PORTLAND OR 97208-2946

C -- IDTC FOR GEOLOGICAL AND GEOTECHNICAL ENGINEERING SERVICES SOL DACW57-97-R-0002 DUE 121396 POC Contract Specialist SANDRA L. HILLEBRANDT (503) 326-6418 (Site Code DACW57) 1. CONTRACT INFORMATION: Geological and geotechnical services are required for various projects within the Portland District and its assignments. An indefinite delivery contract will be negotiated and awarded, with a base of one period and two option periods. Each period shall not exceed one (1) year each and contract amount for the base period and any option period shall not exceed $750,000 each. Individual Task Orders will not exceed $750,000. Options may be exercised before the expiration of the base contract period (or preceding option period), if the contract amount for the base period (or preceding option period) has been exhausted or nearly exhausted. The anticipated date of contract award is July 1997. Firms being considered for selection will be notified of revised dates when selection or award is delayed. This announcement is open to all businesses regardless of 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 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 businesses (SB), including small disadvanted businesses (SDB), 9.8% be placed with SDB, and 2.9% be placed with small woman-owned (SWO) businesses. The plan is not required with this submittal. The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Typical services to be provided will include geologic evaluation and analysis, foundation and embankment design, geologic mapping, and explorations. Selected firms must be able to produce engineering plates on a CADD system in Intergraph MicroStation Version 5.0 or DXF format and provide design drawings that are fully compatible with Portland District's Intergraph CADD system. A list of equipment or proposed conversion software must be contained in the firm's package so that compatibility can be verified. Cost estimates will be required in Corps of Engineers MicroComputer Aided Cost Estimating System (MCASES). The following services may be required under the contract, but won't be a basis for selection: (1) Report preparation, including site studies, planning reports, design reports, and plans and specifications; (2) HTW investigation and analysis including field investigations, site characterization, analysis and evaluation for remedial actions; (3) cost estimating; (4) and CADD. SF 254/255's need not include information on these items; however, the firm selected for negotia- tion may be required to furnish these services during the course of the contract. 3. SELECTION CRITERIA: Selection criteria for this project will be based upon the following listed in decending order of importance (first by major criterion and then by each sub-criterion). Criteria a-f are primary, criteria g-h are secondary, used only as ''tie-breakers'' among technically equal firms. a. Specialized experience and technical competence relative to the following areas: (1) Explorations, which may include: geophysical explorations; groundwater and water well investiga- tions; landslide investigations; marine investigations; drilling, sampling, and logging of soils and rocks; and insitu testing. (2) Evaluation and analysis of soil and rock conditions and properties, slope stability studies, ground water studies and seismic ground motion studies. (3) Foundation and embankment design including seepage, settlement, bearing capacity, stability, and seismic analysis of existing structures. (4) Geologic mapping; instrumentation installation and maintenance including inclinometers, pressure meters, monitoring wells, and piezometers. b. Professional qualificatons of personnel to be assigned to the project. Evaluation will consider education, training, registration, and longevity of relevant experience. Personnel provided for these services must be professional engineers or geologists with experience in geotechnical investigations and design. The following disciplines will be evaluated (mininum number to be evaluated shown in brackets): (2) Geotechnical Engineer; (2) Geologists; (1) Geophysicists or Seismologists; and (1) Hydrogeologists. c. Familiarity with geological conditions in western Oregon. d. Design Assurance: (1) Description of quality control processes used by the firm. (2) Description of management approach firm would use on this contract if successful offeror. Should address coordination of disciplines and subcontractors, and include organizational chart showing inter-relationship of management and design team components. e. Past performance on contracts with Government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. f. Current workload and capacity of firm to accomplish required services on schedule. Firm should estimate volume of work anticipated during the life of this contract, and percentage of resources available to perform the services required under this contract, including the ability to accomplish multiple task orders simultaneously. g. Extent of participation of SB, SDB, historically black colleges, and universities, and minority institutions in the proposed contract team, measured as a percentage of total estimated effort. h. General geographic location of firm with regard to other firms and Portland District. 4. SUBMISSION REQUIREMENTS: Interested A/E firms having the capability to perform this work must submit one copy of SF 254 (11/92 edition) and SF 255 (11/92 edition) for the prime firm and all consultants, to the above address not later than close of business (4:00 p.m. p.s.t.) on December 13, 1996. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call (503) 326-3459. For more information on the technical aspects of this contract, please contact Jim Griffiths, (503) 326-6460. Administrative questions should be directed to Sandra L. Hillebrandt, (503) 326-6418. This is not a request for proposal. Solicitaion packages are not provided. Reference DACW57-97-R-0002. SIC 8711 (0320)

Loren Data Corp. http://www.ld.com (SYN# 0014 19961118\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page