Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1997 PSA#1926

U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P.O. BOX 2288, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602

C -- IDC TO SUPPORT THE MOBILE DISTRICT'S DAM SAFETY PROGRAM; RFP: DACW01-97-R-0088 SOL AECXXX-7199-0017 POC Contact Dewayne Brackins, 334-441-5755; Contracting Officer, Sue L. Speights (Site Code W31XNJ) CONTRACT INFORMATION: A-E services are required for Indefinite Delivery Contract to Support the Mobile District's Dam Safety Program. Two (2) Contracts will be awarded under this RFP. This announcement is open to all businesses regardless of size. The Contract will be awarded for a one year period with an option to extend the contracts for one additional period, not to exceed a total of two years. Work to be subject to satisfactory negotiation of individual delivery orders with the total contract not to exceed $250,000 for each contract period. (If the $250,000 limit for a contract period is reached prior to 12 months after the start of the period, the option for the next contract period may be exercised.) Selection of AE firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are a minimum of 52.5% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and women-owned business, 8.8% be placed with SDB, and 5% for women-owned business. The subcontracting plan is not required with this submittal. PROJECT INFORMATION: The selected contractors will be required to perform services of the following types: inspection of existing embankment and concrete dams, lock structures and powerhouses; preparation of graphical plots summarizing a wide variety and large volume of instrumentation data; preparation of engineering reports based on inspections and/or review of instrumentation data; performing dam safety engineering analyses. The Contract will also include general hydrologic, hydraulic and coastal investigations for Water Resource Assessments, Initial Appraisals, Reconnaissance studies, Feasibility studies, Plans and Specifications, and Engineering During Construction; Water management for District reservoirs; streamgaging for water and sediment samples; and hydraulic and sedimentation design of navigation locks, channels, multi-purpose dams and reservoirs, spillways, energy dissipators, tunnels, river training works, hydroelectric power plants, levees, pumping stations, shallow and deep draft navigation projects, coastal structures and shoreline protection projects; flood warning systems. In addition to furnishing hard copy reports, the contractors must be able to furnish reports on CD Rom. The majority of the work will be located in the southeastern United States, with possible work in South and Central America or other locations as may be assigned to the Mobile District. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru E are primary. Criteria F thru H are secondary and will only be used as "tie-breakers" among technically equal firms. A. Professional Qualifications: The contract will require the following disciplines, with registration required where applicable: Use the nomenclature for disciplines as noted in this advertisement. (1) Structural Engineer; (2) Geotechnical Engineer; (3) Engineering Geology; (4) Electrical Engineer; (5) Mechanical Engineer; (6) Hydraulic Engineer; (7) Cathodic Protection. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. Additional evaluation factors are provided in order of importance: B. Specialized experience and technical competence in: (1) Inspection of existing embankment and concrete dams, lock structures and powerhouses; (2) Preparation of graphical plots summarizing a wide variety and large volume of instrumentation data; (3) Preparation of engineering reports based on inspections and/or review of instrumentation data; (4) Performing dam safety engineering analyses; (5) Hydrology; (6) Hydraulic Design; (7) Coastal Engineering; (8) use of HEC-1, HEC-2, HEC-5, HEC-6, HEC-RAS, and UNET; (9) Collection and analysis of stream flow and sedimentation data; (10) Design of Alert Flood Warning System; (11) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization including an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants. C. Capacity to Accomplish the Work: The capacity to do multiple delivery orders concurrently. D. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Geographic Location: Geographic location with respect to the southeast United States. F. Small Business, Small Disadvantage Business, and Women Owned Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women owned businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: See Note 24 for general submissions requirements. Firms must submit a copy of their SF 254 and SF 255, and a copy of each consultant's SF 254. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. These must be received in the Mobile District Office (CESAM-EN-E) not later than close of business on the 30th day after the date of publication of this solicitation in the Commerce Business Daily. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business on the next business day. Regulations requires that any submittals received after this date cannot be considered by the Selection Board. Include ACASS number in Block 3b and RFP Number in Block 2b of the SF 255. Call the ACASS Center at 503-326-3459 to obtain a number. Solicitation packages are not provided. A maximum of ten (10) projects, including the prime and consultants, will be reviewed in Block 8. This is not a request for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered highly qualified after submittal review by the selection board. (0248)

Loren Data Corp. http://www.ld.com (SYN# 0020 19970909\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page