Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,1997 PSA#1784

US 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