Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1999 PSA#2322

USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180-3435

Y -- NATCHEZ BLUFF PROJECT, MADISON STREET TO STATE STREET, PROJECT AREA 4, NATCHEZ, MISSISSIPPI SOL DACW38-99-R-0013 DUE 060499 POC Contract Specialist, Jeri McGuffie, 601/631-5357 WEB: Vicksburg Consolidated Contracting Office Home Page, http://www.mvk.usace.army.mil/contract. E-MAIL: Jeri McGuffie, Jeri.H.McGuffie@MVK01.usace.army.mil. The work shall consist of furnishing all plant, labor, materials and equipment, and constructing the Natchez Bluff Project, Madison Street to State Street, Project Area 4, located at Natchez, Mississippi. Principal features of the work include clearing and grubbing, excavation, fertilizing, seeding, mulching, temporary and permanent chain-link fence, concrete sidewalk, corrugated polyethylene pipe drains, construction of approximately 2,800 feet of soil nail wall and approximately 550 feet of anchored tie-back steel soldier pile and timber lagging retaining wall and construction of approximately 350 feet of cantilevered steel soldier pile and timber lagging retaining wall, roadbed with ditch, and environmental protection. The estimated value of the proposed work is between $5,000,000.00 and $10,000,000.00. Plans and specifications will be available on the Vicksburg Consolidated Contracting Office Web Page at http://www.mvk.usace.army.mil/contract/ and on compact disc at no charge. Hardcopies will not be available. The CD-ROM may be requested electronically by registering on our homepage or mailing your request to VCCO at 4155 Clay Street, Vicksburg, MS 39183-3435. Source selection for this procurement will be conducted on a best value basis; therefore, submittal of technical and price proposals is required. The Technical Criteria will require the offeror to submit a substantial amount of documentation. It is the Governments intent to make award without discussions. If award is not made on initial offers, discussions will be conducted in accordance with FAR Part 15. Proposals will be evaluated based on the following evaluation criteria. EVALUATION CRITERIA 1, 2 AND 3 ARE IN DESCENDING ORDER OF IMPORTANCE: Criteria 1. Technical Capability: Subcriteria 1.a., 1.b. and 1.c. being in descending order of importance: 1.a. Technical Solution. The degree to which the summary report and preliminary computations for the subject project provide the Government with confidence that the minimum long term structural safety requirements and project functionality are met. 1.b. Qualifications and Experience of Key Personnel. The degree to which key personnel have experience in technical areas and the recentness of that experience. At a minimum, key personnel shall include the project superintendent's experience in construction of permanent soil nail retaining walls and anchored tieback retaining walls; onsite supervisors and drilling operators experience installing permanent soil nails and ground anchors; and workers with shotcreting experience in similar permanent shotcrete application work totaling 25,000 square feet of wall face area. Workers include foreman, nozzle men, finishers and delivery equipment operators. 1.c. Qualifications and Experience of Management Staff. The degree to which the management staff has experience in (1) soil nailing (2) ground anchoring techniques and (3) aeolian loessial deposits similar to those located in Natchez, Mississippi. Criteria 2. Past Performance. The degree to which the offeror has demonstrated successful performance in completion of past soil nail and anchored tie-back walls including combination soil nail and ground anchor systems. The degree to which those projects total at least 25,000 square feet of wall face and at least 1000 permanent nails. The degree to which the offeror has demonstrated successful performance in the placement and finishing of shotcrete. The degree to which the offeror has demonstrated successful performance in monitoring and testing insitu tensile members and how collected information was utilized. Criteria 3. Price. Price will not be a scored factor, but will be evaluated for reasonableness and affordability. Technical Capability and Past Performance are more important than price. Phase II evaluation criteria are the same as Phase I defined above. This is not a request for proposals. The issue date for the Request for Proposal is on or about 30 April 1999. Closing date on or about 4 June 1999. Currently the local cost sharing agreement, right-of-way and funding have not been finalized for this project. These matters must be completed prior to award of this contract. If delay occurs in finalizing these matters, the date for receipt of proposals will be delayed and offerors will be advised by amendment to the solicitation. Posted 04/08/99 (W-SN317708). (0098)

Loren Data Corp. http://www.ld.com (SYN# 0135 19990412\Y-0015.SOL)


Y - Construction of Structures and Facilities Index Page