Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,2000 PSA#2581

USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180-3435

Y -- NATCHEZ BLUFF PROJECT, NATCHEZ, MS, BLUFF ABOVE SILVER STREET, PROJECT AREA 6 AND BLUFF ABOVE NATCHEZ UNDER THE HILL, PROJECT AREA 7 SOL DACW38-00-R-0008 DUE 050100 POC Jeri McGuffie, 601/631-5357 WEB: Vicksburg Consolidated Contracting Office Home Page, http://www.mvk.usace.army.mil/contract/. E-MAIL: Jeri McGuffie, Jeri.H.McGuffie@MVK02.usace.army.mil. The work consists of furnishing all plant, labor, materials and equipment, and constructing the Natchez Bluff Project, Bluff Above Silver Street, Project Area 6 and Bluff Above Natchez Under the Hill, Project Area 7, located at Natchez, Mississippi. Principal features of the work include clearing and grubbing, excavation, existing turf maintenance and new turf establishment, temporary and permanent chain link fence, wood picket fence, corrugated polyethylene pipe drains, erosion control matting, soil nail wall, vertical strip drains, providing as-built drawings (electronic and paper), and environmental protection. The estimated value of the proposed work is between $1,000,000 and $5,000,000. Plans and specifications will be available on the Vicksburg Consolidated Contracting Office Web Page at http://www.mvk.usace.army.mil/contract/ and on compact disc at no charge. Hardcopies will not be available. The CD-ROM may be requested electronically by registering on our homepage or mailing your request to VCCO at 4155 Clay Street, Vicksburg, MS 39183-3435. Source selection for this procurement will be conducted on a best value basis; therefore, submittal of technical and price proposals is required. The Technical Criteria will require the offeror to submit a substantial amount of documentation. It is the Governments intent to make award without discussions. If award is not made on initial offers, discussions will be conducted in accordance with FAR Part 15. Proposals will be evaluated based on the following evaluation criteria. EVALUATION CRITERIA 1, 2 AND 3 ARE IN DESCENDING ORDER OF IMPORTANCE: Criteria 1. Technical Capability: Subcriteria 1.a., 1.b. and 1.c. being in descending order of importance: 1.a. Technical Solution. The degree to which the summary report and preliminary computations for the subject project provide the Government with confidence that the minimum long-term structural safety requirements and project functionality are met. 1.b. Qualifications and Experience of Key Personnel. The offeror shall identify key personnel with the exact designated job positions as listed herein in order to be fully evaluated. At a minimum, key personnel shall include, the project superintendent, the onsite supervisor, the driller, and the nozzle man. The degree to which key personnel have experience in technical areas and the recentness of that experience shall be listed in the resumes. The resumes shall include as a minimum the project superintendent's experience in construction of permanent soil nail retaining walls and tieback anchor systems; onsite supervisors and drilling operators experience installing permanent soil nails and ground anchors; and workers with shotcreting experience in similar permanent shotcrete application work totaling 25,000 square feet of wall face area. Workers include foreman, nozzle men, finishers and delivery equipment operators. 1.c. Qualifications and Experience of Management Staff. The degree to which the management staff has experience in (1) soil nailing (2) ground anchoring techniques and (3) aeolian loessial deposits similar to those located in Natchez, Mississippi. Criteria 2. Past Performance. The degree to which the offeror has demonstrated successful performance in completion of past soil nail and tieback anchors including combination soil nail and ground anchor systems. The degree to which those projects total at least 25,000 square feet of wall face and at least 1000 permanent nails. The degree to which the offeror has demonstrated successful performance in the placement and finishing of shotcrete. The degree to which the offeror has demonstrated successful performance in monitoring and testing insitu tensile members and how collected information was utilized. Criteria 3. Price. Price will not be a scored factor, but will be evaluated for reasonableness and affordability. Technical Capability and Past Performance are more important than price. Phase II evaluation criteria are the same as Phase I defined above. This is not a request for proposals. The issue date for the Request for Proposal is on or about 1 May 2000. Closing date for receipt of proposals is on or about 7 July 2000. The amendment to the Project Cooperation Agreement (PCA) has not been executed and real estate interests have not been provided. Proposals will not be opened until the PCA amendment has been signed and all real estate interests and disposal areas are available and the Government has certified that sufficient real estate interests have been acquired to proceed with construction. Posted 04/14/00 (W-SN445121). (0105)

Loren Data Corp. http://www.ld.com (SYN# 0118 20000418\Y-0008.SOL)


Y - Construction of Structures and Facilities Index Page