|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1997 PSA#1784US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 C -- MODIFICATIONS TO PUMPING STATION #7, PHASE II, LAKE PONTCHARTRAIN
-- ORLEANS AVENUE OUTFALL CANAL PROJECT SOL DACW29-97-R-0022 POC
Richard Verrett, Contract Specialist, (504) 862-1716, Martha P. Sloan,
Contracting Officer, (504) 862-1161 1. CONTRACT INFORMATION: A firm
fixed price contract estimated cost range between $250,000 and $500,000
is scheduled for award on or about Sep 97. Duration of the contract
will be approximately 360 days. Estimated construction cost is
approximately $2 million. This announcement is open to all businesses
regardless of size. 2. PROJECT INFORMATION: A-E services are required
for the preparation of a design report, preparation of plans and
specifications for purchase of three (3) 250 cfs vertical pumps and
drivers, preparation of plans and specifications for model testing, and
preparation of plans and specifications for installation of three pumps
at the existing pumping station. The work also requires designing the
removal of three (3) existing centrifugal pumps and modifying existing
pump supports and intake structures to accept new vertical pumps.
Discharge pipes to within 10 feet of station are resently under design
by an A-E firm under contract to the Corps of Engineers. Connections
between the new pumps and discharge pipes must be compatible with the
on-going design. Design for all components will be to U.S. Army Corps
of Engineers USACE) and New Orleans Sewerage and Water Board (NOS&WB)
design criteria. Drawings for real estate acquisition are required. The
Architect-Engineer shall furnish all services, materials, supplies,
plant, labor, equipment, studies, surveys, investigations (soil borings
will be furnished by the USACE), supervision, and travel as required to
prepare the plans and specifications (including construction cost
estimates) for the work described above. The construction plans shall
be prepared utilizing CADD programs fully compatible with the
Intergraph/Bentley Microstation CADD software (version 4.0 or later).
3. SELECTION CRITERIA: The selection criteria are listed below in
descending order of importance (first by major criterion and then by
each sub-criterion). Criteria 1-5 are primary. Criteria 6-8 are
secondary and will only be used as "tie-breakers" among technically
equal firms. (1). Specialized experience and technical competence of
the firm and its key personnel to perform the services listed above,
work experience, and knowledge of local geotechnical, climatic,
environmental conditions and codes. (2). Knowledge of and experience in
the project area. (3). Capacity (personnel and equipment) to submit the
plans and specifications within 360 days after contract award; the
ability to produce CADD drawings compatible with Intergraph/Bentley
Microstation (version 4.0 or later); demonstrate in its SF 255 the
availability of at least the following: 2 civil engineers, 1
geotechnical engineer, 1 structural engineer, 1 electrical engineer, 1
mechanical engineer, 1 cost engineer, 2 CADD technicians, 1 registered
land surveyor, and 1-three person topographic survey crew. (4).
Professional qualifications of the key design personnel available to
work on this contract 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. (5). Past performance on
Department of Defense (DOD) contracts, NOS&WB and other contracts
pertaining to this type of work. (6). Location of the design firm
relative to the geographic area of the project. (7). Extent of
participation (measured as a percentage of total contract) by Small
Business, Small Disadvantaged Business, Historically Black Colleges and
Universities, and Minority Institutions. (8). Volume of DOD work. 4.
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 and SF 255 (11/92
edition) for the prime and 5 copies of SF 254 for 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. If the
30th day is a Saturday or Sunday, or a federal holiday, the due date is
close of business the next business day. For courier deliveries, the
physical address is U.S. Army Engineer District, New Orleans, Foot of
Prytania Street, New Orleans, LA 70118-1030. This is not a RFP. Refer
to Solicitation No. DACW29-97-R-0022. (0044) Loren Data Corp. http://www.ld.com (SYN# 0037 19970218\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|