Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1999 PSA#2382

US 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