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