Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9,1998 PSA#2218

Department 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