Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1997 PSA#1847

U.S. Army Engineer District, Chicago, Corps of Engineers, 111 North Canal Street, Chicago, Illinois 60606-7206

C -- INDEFINITE DELIVERY ARCHITECT ENGINEER (A-E) CONTRACT FOR ENGINEERING SERVICES FOR THE CHICAGO SHORELINE STORM DAMAGE REDUCTION PROJECT, FOR CHICAGO DISTRICT, U.S. ARMY CORPS OF ENGINEERS POC Point of Contact -- Joseph J. Schmidt (312)353-6400 Ext. 3070. CONTRACT INFORMATION: Engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for the Chicago Shoreline Storm Damage Reduction Project, a civil works project within the Chicago District boundaries. One Indefinite Delivery Type contract will be negotiated and awarded, with a base period of one year from the date of award with options to extend for up to two additional one year periods. Work will be assigned by negotiated delivery orders. Individual, fixed-price delivery orders will not exceed $1,000,000 and the annual ceiling for the base year and any option year is $1,000,000. Minimum guaranteed amount for the base year is $20,000.00 and $10,000 for each individual option year. The estimated award date of the contract is November 1997. 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 that part of the work it intends to subcontract. The subcontracting goals are that a minimum of 40% of the contractor's intended subcontract amount be placed with small business (SB), including small disadvantaged businesses (SDB) and women owned small business (WOSB), and 8% be placed with SDB and 5% with WOSB. The plan is not required with this submittal. The wages and benefits of service 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. PROJECT INFORMATION: The Project is for major reconstruction of the Lake Michigan shoreline of the City of Chicago to prevent further storm damage and flooding along the lakefront as described in House Document 103-302 and the Illinois Shoreline Interim III -- Final Feasibility Report and Environmental Assessment, available for viewing in the Chicago District Library. The project limits for this contract are from Wilson Avenue, near Montrose Harbor, on the north to 57th Street onthe south, consisting primarily of steel sheetpile stepstone revetment reconstruction. The contract requires engineering services including: architectural, civil, coastal, cost, geotechnical, hydraulic, and structural engineering necessary to analyze data, prepare technical reports, design memoranda, plans and specifications, and engineering services during construction. Each of these elements may be required separately or together for the project. SELECTION CRITERIA: See Note 24 for general selection process. Firms must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Criteria a-e are primary factors. Criteria f-h are secondary factors and will only be used as "tie-breakers" among technically equal firms and are of equal value. a) Specialized Experience and Technical Competence in evaluation, design, cost estimating, and constructibility of constructed projects consisting of: (1) anchored and cantilevered vertical sheetpile walls; (2) other concrete and steel shore protection systems; (3) rubble mound shore protection structures; and (4) beach systems. b) Experience in the design of constructed shoreline protection structures in marine environments similar to Lake Michigan at Chicago. c) Professionals in the following key disciplines: coastal, structural, cost, geotechnical, civil, architectural, and hydraulic. The evaluation will consider education, training, registration in the State of Illinois, and relevant experience in the projects presented. d) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e) Capacity to perform two concurrent $500,000 work orders within a 6 month period. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. f) Geographic location of the principal design office within the Chicago District boundaries. g) Extent of participation of SB (including woman-owned), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. h) Volume of DoD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit six copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the US Army Corps of Engineers, Chicago District, 111 North Canal Street, Suite 600, Chicago, IL 60606-7206 ATTN: Contracting, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in the SF 255, Block 3b. For ACASS information call 503-326-3459. In SF 255, Block 10 describe MicroStation95 compatible CADD capabilities. The SIC Code for this procurement is 8711. Solicitation packages are not provided. This is not a request for proposal. (0132)

Loren Data Corp. http://www.ld.com (SYN# 0024 19970516\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page