|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1999 PSA#2382US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New
Orleans, LA 70160 C -- PREPARATION OF DESIGN REPORTS, PLANS AND SPECIFICATIONS FOR
CONSTRUCTION OF EAST OF HARVEY CANAL, FLOODWALLS, JEFFERSON AND
PLAQUEMINES PARISHES, LOUISIANA. SOL DACW29-99-R-0024 POC Cindy
Nicholas, Contract Specialist(504) 862-2303 1. Contract Informaiton.
A-E Services are required for the preparation of a Design Report and of
Plans and Specifications for each of the following projects. NOTE: One
A-E contract per project described below will be awarded (three A-E
contracts). a) Hurricane Protection Floodwall Contract 1. Work consists
of designing and preparing a design report and plans and specifications
for construction of a reinforced concrete floodwall extending along the
east bank of Harvey Canal from Lapalco Boulevard to the northern end of
the the berthing slots for Boomtown Casino (approximately 4,000 feet
long). Work also consists of designing closure gates, roadway pavement,
utility relocations, building modifications, and all other incidental
work required for constructing the floodwall, including engineering
services during construction. A firm-fixed price contractwill be
awarded between the amount of $750,000. and $1,500,000. b) Hurricane
Protection Floodwall Contract 2. Work consists of designing and
preparing a design report and plans and specifications for a reinforced
concrete floodwall extending along th east bank of the Harvey Canal
from the northern end of the berthing slots for Boomtown Casino to the
northern end of Hero Pumping Station (approximately 4,000 feet long).
Work also consists of designing closure gates, roadway pavement,
utility relocations, building modifications, and all other incidental
work required for constructing the floodwall, including engineering
services during construction. A firm-fixed price contract will be
awarded between the amount of $750,000. and $1,500,000. c) Hero Pumping
Station Fronting Protection and Hurricane Protection Floodwall Contract
3. Work consists of designing and preparing a design report and plans
and specifications for upgrading the fronting protection at Hero
Pumping Station, and construction of a reinforced concrete
floodwall/earthen levee extending along the east bank of Harvey Canal
from the southern end of Hero Pumping station to the existing Algiers
Canal levee (approximately 4,000 feet long). Work also consists of
designing closure gates, roadway pavement, utility relocations,
building modifications, and all other incidental work required for
constructing the floodwall, including engineering services during
construction. A firm-fixed price contract will be awarded between the
amount of $750,000. and $1,500,000. 2. PROJECT INFORMATION. The
Architect-Engineer shall furnish all services, materials, supplies,
plant, labor, equipment, studies, investigations (including soil
borings, geotechnical designs and surveys) supervision, and travel as
required to prepare the design report and plans and specifications
(including construction cost estimates) for the work described above.
The design report and construction plans shall be prepared utilizing
computer CADD programs fully compatible with the Intergraph/bentley
MicroStation CADD software (version 95 or later). The design report and
construction specifications shall be prepared utilizing Microsoft Work
(version 97). 3. SELECTION CRITERIA. See Note 24 for general selection
process. The selection criteria are listed below in order of
precedence. Criteria (a) thru (g) are primary. Criteria (h) thru (j)
are secondary and will be used only as "tie-breakers" among technically
equal firms is as follows: a. Specialized experience and technical
competence of the firm and its key personnel to perform the services
listed above, work experience, and knowledge of local geotechnical,
climatic, environmental conditions and codes, and knowledge of the
project area. b. Professional qualifications of the key design
personnel available to work on these contracts in the following
disciplines: civil engineering, structural engineering, geotechnical
engineering, electrical engineering, mechanical engineering, cost
engineering, surveying (one registered land surveyor and surveyors
experienced in using total station data collection system), and CADD.
c. Capacity (personnel and equipment) to submit the plans and
specifications for advertisement within the following timeframe after
contract award: Floodwall Contract 1 -- 450 days, Floodwall Contract 2
-- 450 days, Hero Pumping Station Fronting Protection and Floodwall
Contract 3 -- 450 days. d. Provide the following minimum design
personnel available to perform work on each of the above contracts: 2
civil engineers, 3 structural engineers, 1 geotechnical engineer, 1
registered land surveyor, 3 CADD technicians, 1-three person
topographic survey crew, and 1 soils boring crew. e. Capability to
produce CADD drawings compatible with Intergraph/Bentley MicroStation
version 95 (or later) and capabililty to produce written documents
compatible with Microsoft Word (version 97. f. Past performance on DOD
and other contracts with repspect to cost control, quality of work and
compliance with performance schedules. g. Knowledge of geographic area.
h. Location of the design firm in the general geographic area of the
project. i. Extent of participation of small business, including small
disadvantaged business, historically black colleges and universities,
and minority institutions on the proposed contract team as measured as
a percentage of the estimated effort. j. Volume of DOD contract awards.
4. SUBMISSION REQUIREMENTS. See Note 24 for general submission
requirements. Firms which meet the requirements described in this
annoucement are invited to submit 5 copies of SF 254 and SF 255 (11/92
edition) for the prime firm and all subcontractors and consultants to
the adress below not later than the close of business on the 30th day
after the date of publication of this announcement. If the 30th day is
a Saturday, Sunday or a Federal holiday, the deadline is the close of
business of the next business day after the date of the publication of
this announcement. In Block 10 of the SF 255, include an
organizational chart, the use of subcontractors or consultants and
describe the firm's design quality control plan, including coordination
of subcontractors and consultants. Include the firm's ACASS number in
SF 255, Block 3b. For ACASS information, call (503) 326-3459. Overnight
or courier type mail should be sent to the following address: U.S. Army
Corps of Engineers, New Orleans District, CEMVN-CT-T, Attn: Cindy
Nicholas, Foot of Prytania Street, New Orleans, LA 70118-1030.
Solicitation packages are not provided. This is not a request for
proposal. Refer to Solicitation No. DACW29-99-R-0024. Posted 07/02/99
(W-SN349959). (0183) Loren Data Corp. http://www.ld.com (SYN# 0025 19990707\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|