Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,1999 PSA#2373

CONTRACTING DIVISION, USARMY ENGR DIST ST LOUIS, 1222 SPRUCE ST RM 4.207, ST LOUIS, MO 63103-2833

C -- LUMP SUM A-E ENGINEERING DESIGN CONTRACT FOR CONCRETE REHABILITATION AT LOCK AND DAM NO. 24, CLARKSVILLE, MISSOURI SOL DACW43-99-R-0712 DUE 073099 POC Mr. John Dierker, P. E. (314-331-8201); Contracting Officer, Major Thomas E. Mercer, (314-331-8528) (Site Code DACW43) WEB: http://mvs-www.mvs.usace.army.mil/ct/ct.htm, http://mvs-www.mvs.usace.army.mil/ct/ct.htm. E-MAIL: Debbie.Krems@mvs02.usace.army.mil, Debbie.Krems@mvs02.usace.army.mil. I. CONTRACT INFORMATION: A-E Services are required for site investigation, planning, engineering studies, final design, plans and specifications, and construction phase services for the subject project. This announcement is open to all businesses regardless of size. A firm-fixed price contract will be negotiated. The contract is anticipated to be awarded in November 1999, design work completed by November 2000 and construction work completed by September 2003. Funds are not presently available for the project. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the St. Louis District are: (1) at least 40% of a contractor's intended subcontract amount be placed with small business (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 8% of a contractor's intended subcontract amount be placed with SDB; and, (3) at least 2% of a contractor's intended subcontract amount be placed with WOSB. The plan is not required with this submittal. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. II. PROJECT INFORMATION: The project includes the staged removal of deteriorated concrete and replacement with a combination of precast concrete panels and cast-in-place concrete for lock surfaces. The project also includes the replacement design and/or the relocation or additions of lockwall appurtenances including mechanical/electrical equipment, the temporary rerouting of the electrical power distribution and control cabling and the lock monitoring instrumentation system. Site restoration, landscaping and visitor overlook platform. The estimated construction cost of this project is over $10,000,000. Cost estimates, if prepared, must use the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES). III. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-d are primary. Criteria e-f, are secondary. a. Specialized experience and technical competence: (1) Design/engineering experience with locks and dams. (2) Design/engineering experience for the removal and replacement of deteriorated mass concrete for vertical construction. (3) Design/engineering experience with precast concrete and cast-in place concrete. (4) Mechanical and Electrical design/engineering experience applicable to locks and dams. (5) Instrumentation design/engineering experience applicable to precise lockwall monitoring. (6) Producing CADD drawings in a format fully compatible with the Corps of Engineers Bentley Microstation format. Producing specifications in the standard 3-part Corps of Engineers format. (7) Ability to develop construction scheduling and sequencing plans. (8) Producing quality design work based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. (9) Construction cost estimating experience and preparation of estimates using MCACES software. b. Professional Qualifications: Registered professional personnel in the following key disciplines: project management, structural, electrical, mechanical, geotechnical, instrumentation, materials, civil, architectural, landscape architecture and hydraulic engineering. Experienced cost engineers and CADD technicians. The evaluation will consider education, training, registration, overall and relevant experience. c. Past performance: On DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from ACASS and other sources. d. Capacity to accomplish the work: Ability to meet the schedule of the overall project. e. SB and SDB Participation: Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Volume of DoD contract awards. IV. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 and two copies of SF 254 for the prime firm and all subconsultants, to the above address not later than July 30, 1999. Include the firms ACASS number in SF 255, bock 2b and if applicable, block 3b. For ACASS information, call 503-808-4590. In SF 255, block 10, describe the firm's overall DQMP. In block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages are not provided. This is not a Request for Proposal. See Note 24. Posted 06/21/99 (A-SN345450). (0172)

Loren Data Corp. http://www.ld.com (SYN# 0017 19990623\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page