Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1999 PSA#2357

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- WATER TREATMENT PLANT, MOODY AFB, GA SOL DACA21-99-R-0034 POC Mr. Jack Bach, 912-652-5796 (Technical Questions); Mr. Rod Hill, 912-652-5301 (Contractual Questions) WEB: Corps of Engineers, Savannah District, Contracting, http://www.usace.army.mil. E-MAIL: Roderick Hill, roderick.hill@sas.usace.army.mil. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers, requires the services of an Architect-Engineer firm to perform analysis of a prior study by others, field investigations, and prepare recommendations, plans, specifications, design analysis, and cost estimates for a 3 million liter per day Water Treatment Plant with chlorination and sand or activated charcoal filtration to meet Surface Water Treatment Rules and reduce trihalomethanes, microscopic organisms, hydrogen sulfide and organic materials. Associated work includes distribution piping, utilities, pavements and other site improvements. The A-E must demonstrate knowledge and experience with respect to the northern Florida and southern Georgia aspects of the Florida Aquifer and associated concerns, and will be required to provide concept design, preliminary design, final design, and services during construction (site visits and shop drawing review). This will be a firm fixed price contract. The contract is anticipated to be awarded in August 1999 and design completed by July 2000. The estimated construction cost range is $1,000,000 to $5,000,000. This announcement is open to all firms regardless of size. **** 2. PROJECT INFORMATION: The selected firm will be required to perform the following services: prior report analysis, field investigations, recommendations, and preparation of plans, specifications, design analysis, and cost estimates for the design of a ground water treatment plant with surface water infiltration. Supporting facilities include distribution piping; utilities; electric service; fire protection and alarm systems; paving, walks, curbs and gutters; storm drainage; information systems; HVAC; and site improvements. Architect-Engineer services during construction (shop drawing review and field visits) may be required. All design files must originate in and be delivered in the (*.dgn) format. Exceptions may be granted if the use of scanned files is required. In this case the scanned files must be converted to (*.dgn)format for delivery. All design files will be developed using the Tri Service AEC Standard as supplemented by the Savannah District instructions. The standards include naming convention, file and directory structure, line weights, levels and color. Any deviation shall be approved by the Contracting Officer. **** 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criteria and then by each sub-criterion). CRITERIA A-E are primary. Criteria F thru H are secondary and will only be used as "tie-breakers" among technically equal firms. *** A. Specialized Experience and technical competence in (1) Design of northern Florida and southern Georgia potable water supply, treatment and distribution systems. (2) Design of treatment facilities for ground water with surface water infiltration. (3) Abilities to meet SWT Rules and state environmental requirements. (4) Reliable and cost effective equipment and systems design. (5) Provision of economical, aesthetically pleasing industrial facilities architecture. (6) Originating designs in (*.dgn) format. (7) Use of MCACES cost estimating. *** B. Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. *** C. Capacity to accomplish the work in the stated contract period and to provide the following professional disciplines: architectural, structural, environmental, civil, electrical, communication, mechanical, fire protection, hydraulic, geotechnical and cost engineer and a topographic survey crew. These disciplines must be shown in Block 4 of SF 255. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline. *** D. Professional Qualifications of key management and professional staff members. The design team must include a Registered Fire Protection Engineer whose principle duties are fire protection engineering or a Registered Architect or Registered Engineer who is a full member in good standing of the Society of Fire Protection Engineers (SFPE). Block 7 must contain resumes for all required disciplines. *** E. Knowledge of locality as it pertains in design and construction methods of water treatment projects in the geographic area of this contract. *** SECONDARY CRITERIA. *** F. Extent of participation of Small Business (SB) including (Women Owned Small Business (WOSB)), Small Disadvantaged Business (SDB), historically black colleges and universities, and minority institutions in the proposed team, measured as a percentage of the total estimated effort. *** G. Proximity to the project site. *** H. Volume of DOD contract awards in the last 12 months as described in Note 24. **** 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms must submit ONE (1) copy of SF 255 (11/92 edition) for prime and ONE (1) copy of SF 254 (11/92) for prime and all consultants to the following address: US Army Engineer District, Savannah, ATTN: CESAS-EN-ES (Linda Smulevitz), 100 W. Oglethorpe, Savannah, GA 31401-3640, not later than close of business the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Holiday, the deadline is the close of business of the next business day. NO FAXED SUBMITTALS WILL BE ACCEPTED. FIRMS MUST INCLUDE PRIME's ACASS NUMBER in BLOCK 3 of SF 255. For ACASS INFORMATION: call 503/808-4591. Cover letters and extraneous materials (Brochures, etc.) are not desired and will not be considered. PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the purpose of discussing this announcement WILL NOT BE SCHEDULED. This is NOT a REQUEST for a PROPOSAL. Posted 05/27/99 (W-SN336449). (0147)

Loren Data Corp. http://www.ld.com (SYN# 0019 19990601\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page