Loren Data Corp.

'

  
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