|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,2000 PSA#2532US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New
Orleans, LA 70160 C -- STRUCTURES AND BRIDGES INSPECTION PROGRAM SOL DACW29-00-R-0048
POC Contract Specialist, Eileen M. Upton, 504/862-1996 1. CONTRACT
INFORMATION: A-E services are required for an Indefinite Delivery
Contract not to exceed $1,000,000 for the base period with two optional
periods not to exceed $1,000,000 per period. Award is scheduled for
June, 2000. This announcement is open to all businesses regardless of
size. If a large busines is selected for this contract it must comply
with FAR 52.219-9 regarding the requirement for a subcontracting plan
for work it plans to subcontract. The plan is not required with this
submittal. 2. PROJECT INFORMATION: Work will consist of: (1) inspection
of completed civil works structures to include locks, pumping stations,
floodgates, control structures, drainage structures, floodwalls,
bridges and hydroelectric structures by qualified inspection teams
having technical experience and knowledge; (2) preparation of
preinspection brochures and inspection reports utilizing Microsoft Word
and electronic photos; (3) determine critical structural members and
connections, and perform non-destructive weld testing and inspection of
steel components; (4) development of plans and maintenance cost for
corrective actions; and (5) CADD drafting services in support of the
inspection program. Regulations for the inspection program are ER
1110-2-100 "Periodic Inspection and Continuing Evaluation of Completed
Civil Works Structures" and ER 1110-2-111 "Periodic Safety Inspection
and Continuing Evaluation of USACE Bridges". Electronic copies of
these regulations as well as most technical design criteria and other
miscellaneous regulations can be found on the internet at
http://www.usace.army.mil/inet/usace-docs. The work locations will
generally be located in southern Louisiana but could be anywhere within
the boundaries of the Mississippi Valley Division. 3. SELECTION
CRITERIA: The selection criteria are listed below in order of
precedence (first by major criterion and then by each sub-criterion).
Criteria 1-7 are primary. Criteria 8-10 are secondary and will only be
used as "tie-breakers" among technically equal firms. For criteria 6
and 7, comprehensive outline of safety and quality control plans will
be satisfactory. Complete plans will be required after contract award.
Safety performance data (man-hours lost) must be submitted, including
data for any subcontractors. Selection evaluation factors in order of
precedence are: (1) specialized experience and technical competence of
the firm and its key personnel; (2) professional qualifications of the
personnel available for the satisfactory performance of the required
service. The following disciplines are required: civil engineer;
structural engineer; geotechnical engineer; electrical engineer;
mechanical engineer; level I, level II and level III weld inspectors
(qualified and certified in accordance with the American Society for
Nondestructive Testing's Recommended Practice No. SNT-TC-1A); and
Certified Weld Inspector (CWI) certified in accordance with AWS QC1-96;
(3) 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; (4) capacity (personnel) to
perform the work in the required time; (5) knowledge of geographic area
within the limits of the New Orleans District; (6) safety plan and past
performance (man-hours lost to accidents in the last 100,000 man-hours
of work by firm); (7) quality control plan; (8) extent of
participation of small businesses, women-owned, small disadvantaged,
HUBZone Small Business, historically black colleges and universities,
and minority institutions, measured as a percentage of the total
estimated effort); (9) location in the general geographic area; and
(10) volume of DOD contract awards in the last 12 months as described
in Note 24. 4. EXPERIENCE: To be considered for selection, a firm must
clearly identify in its SF 254 or Block 10 of the SF 255 experience in
the types of work cited above, identify experience and knowledge in the
design, construction and operation of the types of structures to be
inspected, identify capacity to produce CADD drawings that are fully
compatible with Microstation Version 5.0 or higher and identify
availability of individuals (contractor and subcontractors employees)
qualified to conduct inspections in each of the following disciplines:
civil, structural, geotechnical, electrical and mechanical engineering
(all registered professional engineers) and certified weld inspectors.
In addition, relative to bridges, the firm must clearly identify
individuals meeting the requirements in 23 CFR, Part 650, Subpart C
"National Bridge Inspection Standards (NBIS)", Section 650.307
"Qualifications of Personnel". 5. SUBMISSION REQUIREMENTS: See Note 24
for general submission requirements. Firms which meet the requirements
described in this announcement 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 address 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 Federal holiday,
the deadline is the close of the business of the next business day. 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) 808-4594. 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: Eileen Upton, Foot of Prytania
Street, New Orleans, LA 70118-1030. Solicitation packages are not
provided. This is not a request for proposal. Posted 02/04/00
(W-SN422202). (0035) Loren Data Corp. http://www.ld.com (SYN# 0012 20000208\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|