Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157

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

C -- FIRM FIXED-PRICE ARCHITECT ENGINEER (A-E) CONTRACT(S) FOR PREPARATION OF PLANS & SPECIFICATIONS FOR THE CHICAGO DISTRICT, US ARMY CORPS OF ENGINEERS SOL NA POC For technical information contact: (312)353-6400 X3054, for contractual information contact Katherine McClendon (312)353-6400 X1701 C -- FIRM FIXED-PRICE ARCHITECT ENGINEER (A-E) CONTRACT(S) FOR PREPARATION OF PLANS & SPECIFICATIONS FOR THE CHICAGO DISTRICT, U.S. ARMY CORPS OF ENGINEERS. POC for technical information is Imad Samara (312) 353-6400 ext. 3054. Contact Katherine McClendon at (312) 353-6400 ext. 1701 for Contracting information. 1. Contract Information: Architect-Engineer Services are required for up to two separate Firm Fixed-Price Type contracts to provide Engineering Design Services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. These contracts are required for civil works projects within the Chicago District boundaries (Northeastern Illinois and Northern Indiana). Each contract will consist of preparing Plans and Specifications for levees, floodwalls and appurtenant works. The estimated construction cost of each individual reach is between $5 and $10 million. This announcement is open to all businesses, regardless of size (UNRESTRICTED). If a large business is selected for this contract, it must comply with FAR 52.219-9 requirement for a subcontracting plan on the part of the work that it intends to subcontract. The subcontracting goals for the Chicago District are; (1) at least 61.2% of a Contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and women owned small business (WOSB); (2) at least 9.1% of a Contractor's intended subcontract amount be placed with SDB; and (3) at least 4.5% of a Contractor's intended subcontract amount be placed with WOSB. The small business size standard for SIC 8711 (Engineering Services) is $2.5 million annual average gross revenue for the last 3 fiscal years. 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. 2. Project Information: The services to be performed will be for separable reaches of the project for the contracts awarded, which will consist of preparation of Plans and Specifications for levees, floodwalls, gatewells and other features. These contracts may also include the preparation of Plans and Specifications for pump stations. In addition to preparing the Plans and Specifications, the work may also include surveying, soil boring and testing, and preparation of Quality Control Plans, Real Estate drawings, and legal descriptions. The features are to be located along the North and South banks of the Little Calumet River from Northcote Avenue to the Indiana, Illinois State Line, in Lake County, Indiana. These proposed levees and floodwalls are also known as Stages VII and VIII of the Little Calumet River Flood Control Project. 3. SELECTION CRITERIA: See Note 24 for general selection process. Firms must demonstrate in their submission the ability to meet the following requirements, listed in relative order of importance. Criteria a-j are primary. Criteria k-m are secondary and shall only be used as "tie breakers" among technically equal firms. Criteria k-m are weighted equally. The selection criteria in descending order of importance are: a) The evaluation of professional qualifications of the Design Team will consider education, training, professional registration, overall and relevant experience, and longevity with the firm. The firm must have Illinois and/or Indiana Registered Professional personnel with expertise in each of the following disciplines; Civil, Structural, Geotechnical, Hydraulic, Mechanical and Electrical Engineering, b) The firm must demonstrate recent extensive experience in the design and preparation of plans and specifications for levees, floodwalls, and other similar project features including pump stations, gatewells, and gates. Experience with levee and floodwall projects with gates and gatewells will be rated higher. c) The firm must demonstrate recent experience in the ability to successfully prepare and implement an internal Quality Control Plan for projects similar in design to the features in this work. Experience with the greater number of quality control plans for levee and floodwall projects will be rated higher. d) Experience of the firm in responding to review comments from technical and bidability, constructability, operability, and environmental reviews. Evaluation will give consideration to the demonstrated performance of the firm in accomplishing these reviews, incorporating necessary changes in the documents as a result of the reviews, and maintaining cost and time control during the process. Preference will be given for Corps contracts for projects containing levees and floodwalls. e) The firm must demonstrate with recent project experience the ability to coordinate with multiple utility owners for; a) temporary and/or permanent relocations and, b) to accurately locate above ground and underground utilities. Experience in similar levee and floodwall projects in highly developed areas will be rated higher. f) The firm must demonstrate the ability to produce a quality product with sufficient staff to meet abridged schedules. Past performance with respect to cost control, quality of work, and compliance with performance schedules will be evaluated; g) The firm or firm's subcontractor's experience in drilling (up to 50 feet deep in soils), sampling, testing capabilities in accordance with EM 1110-1-1986 (Soil Sampling) to determine design parameters from soil borings; and track record of obtaining/executing ROE for soil borings will be evaluated. Firms with extensive experience, track record and highly qualified personnel will be rated higher. The same general criteria as stated in paragraph a, only with expertise in soil drilling, sampling and testing will be used to evaluate experience. h) The firm or firm's subcontractor's experience in conducting field surveys in accordance with the standards set in EM 1110-1-1004 (Control Survey Manual), EM 1110-1-1003 (NAVSTAR Global Positioning System Surveying), EM 1110-1-1005 (Topographic Surveying), and EM 1110-1-1002 (Survey Markers and Monumentation) to include; (a) GPS control surveys (decimeter accuracy), (b) conventional control surveys (horizontal/vertical), (c) topographic field surveys, and (d) property/boundary surveys, and (e) experience in preparing final right-of-way drawings, tables and legal descriptions, and (f) track record of obtaining/executing ROE for surveys will be evaluated. Firms with extensive experience, track record and highly qualified personnel will be rated higher. The same general criteria as stated in paragraph a, only with expertise in land surveying will be used to evaluate experience. i) Ability to provide final CADD drawings in Intergraph IGDS compatible format. j) Knowledge of the locality of the project, including state and local laws and regulations pertaining to construction of similar projects in the area. k) Volume of DOD contract awards in the last 12 months as described in Note 24. l) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Firms meeting the minimum requirements will be rated equally. m) Geographic proximity to the nine county area of the Chicago District Cook, DuPage, Lake, Kane, McHenry and Will Counties in Illinois. Lake, LaPorte and Porter Counties in Indiana. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms which meet the requirements of this announcement are invited to submit in duplicate two completed copies of SF 255 and SF 254 (November 1992 Edition only) to the address below not later than 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. A separate SF 254 and SF 255 is required for each major (more than 10% of the contract amount) subcontractor. A-E firms shall indicate their business size in Block 3 of Standard Form 255. Include ACASS number inBlock 3b. Call the ACASS Center at 503-326-3459 to obtain a number. In Block 10 of the SF 255, describe the firm's overall design quality management plan, including management approach, coordination of disciplines and subcontractors, and quality control procedures. Information on number of personnel and past job experience provided in the Standard Form 255 shall reference the firm or local office providing the service and all designated subcontractors. Supplemental information regarding specialized experience and equipment should be included in Block 10 of SF 255. Responding firms must indicate the number and dollar amount of Department of Defense contracts awarded in the 12 months prior to this notice. SIC Code for this procurement is 8711 'Engineering Services'. No additional contract information will be given to firms. Phone calls are discouraged unless absolutely necessary. SF 254s and SF 255s are to be submitted to US Army Engineer District, Chicago, ATTN: Contracting Officer, 111 North Canal Street, Chicago, IL 60606-7206. Solicitation packages are not provided. This is not a Request for Proposal. Posted 08/10/98 (W-SN234975). (0222)

Loren Data Corp. http://www.ld.com (SYN# 0019 19980812\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page