Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 6,1997 PSA#1755

Portsmouth Naval Shipyard, Facilities and Maintenance Department, Bldg. 237, Code 914VC, Portsmouth, NH 03804-5000

C -- ENGINEERING SERVICES FOR DRYDOCKS AND BRIDGES!! SOL N62472-97-D-6516 POC Point of Contact-Vivian A. Carignan, Contract Specialist, (207)438-5549 E-MAIL: Contract Specialist, C914, x 5549, vac_c910@ports.navy.mil. Scope of Services: Architectural and engineering services at the Portsmouth Naval Shipyard, Kittery, ME for an indefinite quantity contract for the preparation of contract drawings, specifications prepared using the SPECSINTACT system, design analyses, cost estimates, and AutoCAD compatible disks. Post construction award options such as shop drawing review/approval, consultation during construction and Title II inspection may be included. There will be no dollar limit per project. The total fee that may be paid under this contract (including the option year) will not exceed $500,000. The duration of this contract will be for one year from the date of the initial contract award with an option for one additional one-year period which may be exercised at the discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. Asbestos/lead paint may be encountered during design of all projects under this contract. The Government will perform all sampling and testing of these materials and provide all technical specifications required. The A/E shall identify these areas on contract drawings, quantify the removals required, and retain the services of an Industrial Hygienist if necessary to assist in the preparation of cost estimates. Initial Project: Provide mechanical and structural engineering services for the preparation of contract drawings, specifications using the SPECSINTACT system, design analysis, cost estimates, and AutoCAD compatible disks. Repairs will include overhaul of Drydock No. 3 main dewatering systems; two main dewatering pumps (single stage vertical mixed flow with capacity between 21,000-35,000 GPM at 40'-10' of total dynamic head respectively); two 350 HP, 480V, 3 Phase motors; two 36" gate valves (cast iron and electrically activated); and two 36" check valves (swing type and hydraulically dampened). Design support services will include civil, electrical, and potentially architectural work along with diving services. SF254/255 package must clearly address all design support services. This initial project will be the guaranteed minimum for this contract. Follow-on design projects, which may be added to the contract for a period of one year from the date of award, may include similar work along with repairs to Bridges #1 and #2 which may include both steel superstructure and underwater support structure. Bridge #1, built in 1913, is a riveted steel through girder structure carrying both railway and highway traffic. It is composed of four individual spans of approximately 73' in length, each span consisting of three riveted girders connected by floor beams with stringers framing between floor beams. This bridge carries vehicular traffic only over one side and both vehicular and railroad traffic over the opposite side. Decks are open steel grating. Distance between mean high water and bridge deck is approximately 10 feet. Bridge #2, built in 1942, is a two span, riveted continuous girder bridge of varying section with floor beams and stringers, supported by one central pier and two abutments. It is 200' long (two equal 100' spans) with two bituminous surfaced reinforced concrete vehicular traffic lanes. Distance between mean high water and bridge deck is approximately 11 feet at abutments and 15 feet at mid span of bridge. Significant Evaluation Factors (in order of importance): (a) qualifications and recent experience of people with respect to graving dock repairs and upgrades with specific experience related to high volume pumping systems and bridge rehabilitation work, (b) past performance with respect to quality of work and compliance with performance schedules and cost constraints, (c) location of the firm in the general geographical area of the project and knowledge of the locality, (d) past experience, if any, with respect to performance on Department of Defense contracts, (e) present workload and ability to accomplish work within the required time frame, and (f) volume of work awarded by the Department of Defense within the last 12 months. Contract No.: N62472-96-D-6516 (number must be cited on SF 255) Type of Contract: Firm Fixed Price. Estimated Start Date: Nov 1997. Estimated Completion Date: Nov 1998. Estimated Cost of Construction: $50,000 -- $2,000,000 Per Project. A/E firms which meet the requirements described in this announcement are invited to submit complete, updated SF 254 and SF 255 forms. Submit one copy of each form no later than 26 February 1997. No material will be returned. Clearly show qualifications, relative experience, and office location of the Project Manager and key individuals who will be assigned to this contract, including those who will be providing design support services. If the Government Board cannot clearly identify the key individuals who will be assigned to this contract, the firm will not be short listed. Specifically address each significant evaluation factor listed above. This is not a request for proposal. See Note 24. (0002)

Loren Data Corp. http://www.ld.com (SYN# 0017 19970106\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page