|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9,1998 PSA#2218Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- INDEFINITE DELIVERY-TYPE (STRUCTURAL ENGRING/CIVIL ENGRING
STRUCTURES)CONTRACT, FOR DIRECTORATE OF CIVIL WORKS, WORLDWIDE,
ALEXANDRIA, VA SOL DACA31-99-R-0001 DUE 111198 POC Mary A. Riche (410)
962-4880, Contracting Officer William C. Ryals (410) 962-3495 1.
CONTRACT INFORMATION: A-E services are required at various Military and
Civil Works installations, Worldwide. Contract will be for a base
period not to exceed 12 months and two option periods. The amount of
work in each contract period will not exceed $1,000,000.00. An option
period may be exercised when the contract amounts for the base period
or preceding option period has been exhausted or nearly exhausted.
Contract will be firm fixed price. This announcement is open to all
businesses regardless of size. The anticipated award is June 1999.
SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large
business concern, a subcontracting plan with the final fee proposal
will be required, consistent with Section 806(b) of PL 100-180, PL
95-507, and PL 99-661. A minimum of 60% of the total planned
subcontracting dollars shall be placed with small business concerns. At
least 15% of total planned subcontracting dollars shall be placed with
small disadvantaged businesses (SDB), including HistoricallyBlack
Colleges and Universities or Minority Institutions, and 8% with Women
Owned Small Businesses (WOSB). The plan is not required with this
submittal. 2. PROJECT INFORMATION: 1) Conduct initial, routine,
in-depth and damage inspections of in-service bridges, establish or
update the structural Inventory and Appraisal data required by the
Federal Highways Administration (FHWA) using the US Army Corps of
engineers Bridge Inventory System (CEBIS); conduct scour evaluation and
analysis, determine civilian and military load capacity of the
structure, and provide in-depth technical reports, management plans,
economic analysis, lessons learned reports, and engineering feasibility
studies. 2) Provide consultant services in evaluating the design and
construction of bridges, dams, locks, and other large hydraulic
structures. This includes massive concrete structures, pre-stressed
concrete, steel structures and components, and sub-structure design. 3)
Development of comprehensive sets of standards which apply to
thesestructures on a national and international scale. Develop detailed
technical standards for design, inspection and evaluation of individual
structures. 4) The breadth of projects shall cover conventional design
practices and state-of-the-art methods for such areas of analysis of
massive concrete structures, prediction of service life for steel and
concrete structures, development of reliability models, and
soil-structure interaction. 5) Related services such as furnishing
drawings, specifications, and cost estimates may also be required as an
option. 3. SELECTION CRITERIA: See Note 24 for general A-E selection
process. The selected firm shall have the capability to provide
mechanical, electrical, civil, structural, sanitary, geotechnical,
foundations, and environmental engineers; hydrologist, CADD specialist,
construction inspectors, and specification writers. At least one civil,
one structural and one geotechnical specialist should be a professional
engineer. Firms must also have knowledge, training, and experience with
bridge inspection and analysis in accordance with the National Bridge
Inspection Standards and U.S. Army and U.S. Army Corps of Engineers
regulation including underwater inspection and scour analysis. The A-E
must have a combined team knowledge and experience of structural,
geotechnical and hydraulic engineering pertaining to scour evaluation
and analysis. The A-E must have experience and knowledge in completing
the Structural Inventory and Appraisal Sheets for the Federal Highway
Administration. Also, selection of the A-E firm for this project will
be based on evaluation of the following significant factors in the
priority listed: (1) Specialized experience of the firm in evaluation
of situations and operations involving bridges, dams, locks, and other
hydraulic structures (steel or massive concrete) or substructures. (2)
Proposed management plan and organizational chart of the project team
to be utilized. The plan must show the working relationship of all key
personnel, by discipline, and namea responsible individual for each.
(3) Professional qualifications of the firm's staff and consultants to
be assigned a project. (4) Past experience, if any, of the firm with
respect to performance on Department of Defense contracts, or other
contracts. (5) Capacity of the firm to accomplish the work. (6) Volume
of work previously awarded by the Department of Defense to the firm
with the object of effecting an equitable distribution of contracts
among qualified Architect-Engineer firms, including minority-owned or
small business firms and firms that have not had prior Department of
Defense contracts. 4. SUBMISSION REQUIREMENTS: See Note 24 for general
submission requirements. Interested firms having the capabilities to
perform this work must submit one copy of SF 255. A SF 255 must be
submitted for prime and joint ventures and a SF 254 must be submitted
for prime, joint ventures, and consultants to the above address, not
later than the close of business on the 30th day after the date of this
announcement. Ifthe 30th day is a Saturday, Sunday, or Federal holiday,
the deadline is the close of business the next business day. Include
the firm's ACASS number on the SF 255, Block 3b. For ACASS information,
call (503) 808-4591. The SF 255 and SF 254 shall clearly indicate the
staffing of the office indicated to do the work. Street address: City
Crescent Building, ATTN: Mary A. Riche, Rm 7000, 10 South Howard
Street, Baltimore, MD 21201. Contracting questions can be directed to
mary.a.riche@NAB02.usace.army.mil. Technical questions should be
directed to Mr. Robert W. Fenlason, III at (703) 806-5201. "In order to
comply with the Debt Collection Improvement Act of 1996, all
contractors must be registered in the Central Contractor Registration
(CCR) to be considered for an award of a Federal contract. For
information regarding registration, contact: (1) CCR Web site at
http://www.acq.osd.mil/ec; (2) Dial up modem at (614) 692-6788 (User
ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value
Added Network. Toreview the database the web site is
http://www.fedecnavigator.disa.mil. Additionally, a paper form for
registration may be obtained from the DoD Electronic Commerce
Information Center at 1-800-334-3414". Solicitation packages are not
provided on this project. This is not a request for proposal.*****
Posted 11/05/98 (W-SN268818). (0309) Loren Data Corp. http://www.ld.com (SYN# 0017 19981109\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|