COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,2000 PSA#2657 U.S. Army Corps of Engineers, Portland District, P.O. Box 2946,
Portland, OR 97208-2946 C -- IDT A/E CONTRACT FOR MULTI-DISCIPLINED ENGINEERING & DESIGN
SERVICES SOL DACW57-00-R-0039 DUE 090700 POC Anna Penna,Contract
Specialist, 503-808-4614/Julie Huson 503-808-4629 INDEFINITE DELIVERY
TYPE ARCHITECT-ENGINEER CONTRACT FOR MULTI-DISCIPLINED ENGINEERING AND
DESIGN SERVICES 1. GENERAL: The U. S. Army Corps of Engineers (USACE),
Portland District, proposes to contract for multi-disciplined
engineering and design services. Up to Five Indefinite Delivery Type
contracts will be awarded under this solicitation with a maximum
ordering ceiling not to exceed $1,000,000. The contract period will be
for one year, with options to extend the contract for up to two
additional years and to increase the ordering ceiling up to $3,000,000.
The estimated start date is January 2000. The contract will be
available for use by other USACE elements. Personnel provided for these
contracts must be experienced in disciplines which would enable
performance on a wide variety of projects. Specifically required will
be project managers/leads, civil, electrical, environmental,
geotechnical, fisheries, hydraulic, mechanical, and structural
engineers; architects, CADD operators, construction cost estimators,
geologists, geophysicists, hydrologists, biologists, fisheries
biologists, landscape architects, land surveyors, cost estimators, and
specification writers, as well as appropriate support personnel. The
Corps of Engineers anticipates that the majority of work will be in the
structural, biological, mechanical, electrical, civil, fisheries, and
hydraulic areas. 2. TYPICAL SERVICES: Typical services to be provided
would include engineering and design such as: a. Structural:
Engineering, design, and preparation of plans and specifications for
civil works structures and complex structural steel items (gates,
bulkheads and prototype equipment); design and analysis of concrete
dams, powerhouses, spillways and stilling basins, reservoir outlet
works (intake structures, tunnels, conduits, energy dissipaters); pump
facilities, navigation locks, marine facilities, piling and floating
structures, buildings and warehouses, and fish passage, collection, and
monitoring structures and facilities. Expertise with special analytical
codes, seismic design and coating systems. b. Biological: Preparing or
contributing to the preparation of fish and wildlife studies and other
documents related to fisheries design for fish passage facilities and
Endangered Species Act issues. c. Mechanical: Engineering, design, and
preparation of plans and specifications for cranes, hoists, and other
machine design items; HVAC systems; piping, plumbing, and sewage
systems, gating (high head and other), operators (motors, gearing and
wheels), hydraulic and air systems, water supply and pumps and
screening systems related to civil works and fish passage systems. d.
Electrical: Engineering, design, and preparation of plans and
specifications for aerial and underground power distribution, motor
controls and control centers, interior and exterior lighting, telephone
systems, CCTV systems, and automated control systems using PLCs and
PC-based platforms. e. Civil: Engineering, design, and preparation of
plans and specifications for roads, pavements, drainage, excavation and
disposal, grading, clearing and debris removal, utilities, waste water
treatment, on-site water supply and water treatment, marine and
campground type recreation facilities, levees, river bank protection,
and land surveying. f. Hydraulic: The analyses and design for high head
dam regulating outlet facilities; spillways and stilling basins; outlet
valves and gates; of existing and new adult and juvenile migrant fish
facilities; navigation channels and facilities. On-site investigation
and analysis for water resource projects; graphical visual idealization
(fishery behavior); computational fluid dynamic modeling including one,
two and three dimensional numerical modeling for steady and unsteady
flow including temperature and water quality parameters and capability
with data archiving of results for later use; hydraulic physical
modeling capability; and prototype testing. Expertise with fisheries
design and criteria. g. Fisheries Engineering: Design of fish
collection, monitoring, sampling, protection and passage systems
utilizing expert knowledge of fish behavior and criteria related to
fisheries design. h. Geotechnical: Geologic and soils mapping; soils
engineering; engineering geology; insitu material testing; surface and
subsurface soil and rock sampling for lab testing; instrumentation
plans and designs for the installation, monitoring, and analysis of a
variety of civil works structures including but not limited to
embankment dams, concrete dams, powerhouses, marine structures, and
foundations in soils and rock; groundwater investigation; slope
stability studies; shallow and deep foundation explorations,
investigations and designs; excavation and embankment design and slope
stability studies; slope protection and retaining structures;
underground openings including tunnels in soils and rock; water well
investigations; seismic analyses; and geotechnical reports and
specification writing. i. Coastal, River and Harbors: The design of
jetties, breakwaters, mooring structures, small boat basins, river
training structures, and anchorage. j. Environmental: Preliminary
assessment site surveys to evaluate potential contamination from
hazardous substances due to past activities, investigations of
potential sites identified in survey, preliminary assessment reports of
findings of investigation, and identification of potential
environmental disposal issues associated with rehabilitation work. k.
Construction Cost Estimators. Evaluation of the proposed Cost
Estimator's experience using MCACES software and construction
scheduling will include: (1) evaluation of a sample MCACES estimate
prepared by the proposed cost estimator. The sample estimate provided
should include crew designations and outputs on the detail pages;
backup pages for crew labor and equipment; material and subcontractor
quotes; and details on mob/demob and field office overhead. (2)
evaluation of the proposed cost estimators background in construction
(preferably with a civil works emphasis). (3) review of bid opening
results vs.owner estimates (prepared by the proposed cost estimator).
l. Also required would be dam safety inspections; architectural design
of buildings and related features; landscape architectural design,
including irrigation features; plans and specification preparation,
engineering studies, technical reports, design analysis, preparation of
detailed quantity takeoff, and GIS capability. 4. CADD COMPLIANCE: The
selected firm must be able to produce engineering drawings on a
computer aided design and drafting (CADD) system and provide a design
drawing on CDs. These design drawings must be fully compatible with the
Portland District Computer-Aided Design System which utilizes
MS-Windows based PC's running MicroStation J. The compatibility must
include but not be limited to such items as smoothing of curves and
arcs, full 63 level assignments, color tables capable of supporting 20
fonts. The design file must be delivered in MicroStation file format.
All conversions shall be made prior to delivery of any submittal. A
list of equipment or proposed conversion software contained in the
firms CADD system must be included in the qualification package so
compatibility can be verified by the Portland District CADD System
Manager. 5. SELECTION CRITERIA: Selection for this project will be
based upon the following criteria shown in descending order of
importance (first by major criterion and then by each sub-criterion.
Criteria a-g below are primary. Criteria h-j below are secondary and
will only be used as "tie breakers" among technically equal firms. a.
Specialized experience and technical competence with regard to the
typical services to be performed, as described above. Specific examples
of completed projects and involvement in completed projects that
demonstrate the specialized experiences and technical competence will
be the primary information evaluated. b. Professional qualifications of
the personnel to be assigned to this project. The evaluation will
consider education, registration, and longevity of relevant experience.
The following disciplines will be evaluated (number of individuals to
be evaluated is shown in brackets to the right of each discipline): (1)
Project managers/Technical Leads [2] (2) Structural Engineers [4] (3)
Biologists [2], including 1 fisheries biologist (defined as biologists
with experience with current technologies for adult and juvenile fish
passage systems and knowledge of specific biological criteria for the
design of such systems). (4) Mechanical [2] (5) Electrical Engineers
[2] (6) Civil Engineers [3] ' (7) Hydraulic Engineers [2] (8) Fisheries
Engineers [2] (defined as engineers from various disciplines with
training and experience with design of fish facilities, and knowledge
of fish behavior and criteria related to fisheries design). (9)
Geotechnical Engineers [2] (10) Geologists [1] (11) Other Disciplines
(Coastal, River and Harbor Engineers [1], Environmental Engineers [1],
Architects [1], Landscape Architects [1], Cost Estimators [1], CADD
Operators [3], Land Surveyor [1] and 2-Person Survey Crew [1]) c. Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work, and compliance with
performance schedules. d. Knowledge of the Locality. (1) Knowledge of
flood control, navigation, and hydroelectric dam projects in Oregon,
Washington, Idaho, Western Canada, Western Montana, and Northern
California. (2) Knowledge of fish bypass, collection, sampling, and
monitoring systems and facilities in Oregon, Washington, Idaho, Western
Canada, Western Montana, and Northern California. e. Design Quality
Assurance: (1) Description of quality control processes used by the
firm. (2) Description of management approach firm would use on this
contract if successful offeror. Includes organizational chart showing
inter-relationship of management and design team components. f. Ability
to meet the CADD requirements as specified in this synopsis. g.
Capacity of the firm to accomplish the required services on schedule.
h. In the event of a tie, the firm's standing as a Small, Small
Disadvantaged, or Woman-Owned Small Business, and the extent to which
those firms, as well as Historically Black Colleges, and
Universities/Minority Institutions (HBCU/MI's), participate in
subcontracting will be considered. i. In the event of a tie, the
general geographical location of the firm with regard to other firms
and the Portland District will be considered. j. In the event of a tie,
the volume of DOD work awarded to the firm within the last 12 months
will be considered. 6. ADMINISTRATIVE: A-E firms which meet the
requirements described in this announcement are invited to submit an SF
254, A-E and Related Services Questionnaire, and an SF 255, A-E and
Related Services Questionnaire for Specific Project, No Later Than 07
September 2000 at 4:00PM to the following address: USACE Portland
District, Attn: CENWP-CT-C, 333 SW First Avenue, Portland, OR
97204-3495. This procurement is unrestricted. Technical questions
should be directed to Don Chambers (503) 808-4930. Administrative
questions should be directed to _Anna Penna, EMAILADD:
anna.r.penna@usace.army.mil, (503) 808-4614. Fax (503) 808-4605. Posted
08/02/00 (W-SN481145). (0215) Loren Data Corp. http://www.ld.com (SYN# 0022 20000804\C-0003.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 2, 2000 by Loren Data Corp. --
info@ld.com
|
|
|