|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1998 PSA#2058NASA/Lewis Research Center, 21000 Brookpark Road, Cleveland, OH 44135 C -- A & E SERVICES FOR BRIDGE(S) RESTORATION OR REPLACEMENT SOL
654321 POC Erick N. Lupson, Contracting Officer, Phone (216) 433-6538,
Fax (216) 433-5489, Email Erick.N.Lupson@lerc.nasa.gov WEB: Click here
for the latest information about this notice,
http://nais.nasa.gov/EPS/LeRC/date.html#654321. E-MAIL: Erick N.
Lupson, Erick.N.Lupson@lerc.nasa.gov. Architect and Engineering
Services include, but are not limited to design services for the Repair
of the Underpass Road Bridges at the NASA Lewis Research Center,
Cleveland, Ohio. There are two bridges located on Underpass Road on the
top of a shale cliff. Bridge 1 is a reinforced concrete slab bridge
with wall type abutment units resting on spread footings. The span is
approximately 56 feet along the centerline of the road. Bridge 2 is on
a curved alignment and is a reinforced concrete deck over precast
prestressed concrete I Beams which rest on concrete wall abutment units
resting on spread footings. The span is approximately 65 feet along the
centerline of the road. Both bridges require either restoration or
replacement. The A/E shall perform an engineering study to determine
whether the bridges require restoration or replacement. Based on the
Study, the A/E shall then perform the final design resulting in a
construction bid package. The major disciplines required are
structural, civil, and mechanical engineering and within these
disciplines specialized experience is required in the field of bridge
restoration and replacement. Work shall include the preparation of
engineering studies, field investigation, final design and related
services under a fixed price contract. Prospective A/E firms will be
evaluated on the criteria listed below in order of importance: (1)
Specialized experience and technical competence in the type of work
required. (2) Professional qualifications of the staff to be assigned
to this contract (including any consultants). (3) Capacity to
accomplish work in the required time. (4) Utilizing Auto CAD Release 14
without add-on packages. (5) Location of the firm in the general
geographic area, provided an appropriate number of qualified firms
respond therein. The above criteria will also address the specialized
experience and technical competence shall be limited to the immediately
preceding ten years and the evaluation of past performance shall be
limited to the immediately preceding ten years. SUBMISSION
REQUIREMENTS: to be considered, firms shall submit a SF-245 and SF-255
and supplementary information as identified above. All responsible
sources meeting the licensing requirements described in this notice and
who wish to be considered should submit a SF-254 and SF-255 to be
received in this office on or before close of business thirty (30)
calendar days after appearance of this announcement in the Commerce
Business Daily (should the date fall on a weekend or holiday, the SF254
and SF-255 will be due the first workday thereafter). This is not a
request for proposal. Submissions shall be addressed to Lupson, Erick
N. / Contracting Officer (Mail Stop 500-312), NASA Lewis Research,
21000 Brookpark Road, Cleveland, Ohio 44135 [OMBUDSMAN STATEMENT IS
REQUIRED] An ombudsman has been appointed -- See Internet Note "B". The
WWW address, or URL, of the NASA/LeRC Business Opportunities page is
http://procurement.nasa.gov/EPS/LeRC/class.html. Prospective offerors
shall notify this office of theirintent to submit an offer. It is the
offeror's responsibility to monitor this site for the release of the
solicitation and amendments (if any). Potential offerors will be
responsible for downloading their own copy of the solicitation and
amendments (if any). Any referenced notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0079) Loren Data Corp. http://www.ld.com (SYN# 0017 19980324\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|