Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,2000 PSA#2518

USAED, Sacramento, Corps of Engineers, Attn: A-E Negotiations Section, 1325 J Street, Room 1079, Sacramento, CA 95814-2922

C -- DESIGN OF THE GUADALUPE RIVER CONTRACT 3A/B,CALIFORNIA PROJECT. SOL DACW05-00-R-0005 DUE 021000 POC Mr. Ken Parkinson, Unit Leader, A-E Negotiations Unit,(916)557-7470. Contracting Officer: Eiichi Takahashi CONTRACT INFORMATION: A-E services are required to design the Guadalupe River Contract 3A/B project. The project extends approximately from the Park Avenue Bridge to the Coleman Avenue Bridge on the Guadalupe River through the downtown section of San Jose, California. Services required include preparation of plans and specifications and supporting basis of design, cost estimate, bid schedule, and engineering considerations and instruction for field personnel, and services during construction phase (option). The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering any two-dimensional drawings in Autodesk AutoCAD CADD software, release 14 or 0 delivering the three dimensional drawings in Bentley MicroStation NT software, Version 5.05 or higher, electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 14 format, or the Bentley Microstation format Version 5.05, and on the target platform specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT 4.0 operating system. Advanced application software used in preparing drawings shall be delivered in Version 5.01 Microstation electronic digital format. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format or a raster format compatible with the native Intergraph IRAS, Version 5, electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Corps of Engineers Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimate will be prepared using Corps of Engineer's Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. "Year 2000 Compliance: The Architect-Engineer (A-E) shall insure that the hardware, firmware, software, and information technology systems separately or in combination with each other or other elements specified in the documents developed under this contract shall be year 2000 compliant in accordance with FAR 39.106." This announcement is open to all businesses regardless of size. The SIC code for this announcement is 8712 which states the business size standard to be considered a small business is a maximum of $4.0 million of average annual receipts for its preceding 3 fiscal years. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The following subcontracting goals are the minimal acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 62% to small business, 10% to small disadvantaged business (subset of small business), and 5% to woman-owned small businesses (subset of small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, it must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, and for A-E services during the construction phase (option). 2. PROJECT INFORMATION: Work under this contract may include preparation of preliminary and final engineering analyses, dsigns, cost estimates, final plans and specifications, basis of design, and engineering considerations and instruction for field personnel (ECIFP) reports. The design shall include a box culvert bypass extending from Santa Clara Street to Coleman Avenue. It will also include channel excavation work, riverwalk/maintenance roads, gabion bank protection, cellular concrete mats and invert stabilization structures, landscaping, and irrigation. Firms desiring consideration will be expected to be accomplished in engineering and design and have a sound knowledge of Corps of Engineers and civilian engineering and design, including Caltrans criteria, principles and procedures for flood control and environmental restoration projects. The estimated construction cost of this project is between 25 and 100 million dollars. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "a" through "e" are primary. Criteria "f" through "h" are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence of the firm and consultants in: (1) A wide variety of flood control facilities including ancillary infrastructure and utility systems. (2) Design and construction of large box culvert structures and retaining wall structures. (3) Erosion control measures on large rivers. (4) Recreational features. (5) Use of automated design systems described above (M-CACES, CADD, SPECSINTACT, and ARMS). b. Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: project management;project engineer, civil engineer, electrical engineer, structural engineer, hydraulic engineer, cost estimator, CADD operator, topographic survey crew, geotechnical engineer, landscape architecture and irrigation designer. The evaluation will consider education, training, professional registration, organizational certifications, overall relevant experience and longevity with the firm. d. Capacity to accomplish simultaneous tasks. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. e. Knowledge of the locality of the project site including geological features, climatic conditions, and local laws and regulations. f. Volume of DoD contract awards in the last 12 months as described below. g. Location of the firm in the general geographical area of the Sacramento District office and the project area. h. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed of SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown here and above, ATTN: A-E Negotiations Unit. In SF 255, block 3b, provide the firm's ACASS number. For ACASS information call (503) 808-4605. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (project manager, architect, design engineer, etc.) and identify where the team member is located if different from SF 255, block 3b. In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the design quality management plan. A project specific design quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal Holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 24 and 26.***** LLLL Posted 01/14/00 (W-SN416165). (0014)

Loren Data Corp. http://www.ld.com (SYN# 0019 20000119\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page