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