Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11, 2000 PSA #2682
SOLICITATIONS

C -- INNER HARBOR NAVIGATION CANAL (IHNC) LOCK REPLACEMENT PROJECT -- MODIFICATIONS TO CLAIBORNE AVENUE BRIDGE

Notice Date
September 7, 2000
Contracting Office
US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New Orleans, LA 70160
ZIP Code
70160
Solicitation Number
DACW29-00-R-0215
Point of Contact
Sally L. Leingang, Contract Specialist, (504)862-1665
Description
INNER HARBOR NAVIGATION CANAL (IHNC) LOCK REPLACEMENT PROJECT -- MODIFICATIONS TO CLAIBORNE AVENUE BRIDGE, SOL DACW29-00-R-0215 POC Sally L. Leingang, 504-862-1665 1. CONTRACT INFORMATION: A-E services are required for a firm fixed price contract for engineering services for preparation of a design report for modifications to the existing Claiborne Ave. Bridge as part of the IHNC Lock Replacement project. It is anticipated that a firm fixed price contract will be negotiated and awarded during the 2nd quarter of FY 2001. The cost of the A-E contract is expected to range between $250,000 and $1,000,000. This announcement is open to all businesses regardless of size. If a large business 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: (1) The work may involve investigations, analysis, construction cost estimating, design, technical writing, and CADD drafting for the design report or other engineering documents. (2) The work will involve the following disciplines: Structural, Civil, Geotechnical, Mechanical, Electrical and Traffic Engineering; Cost Estimating; Construction Techniques; and Surveying. (3) The design work shall consist of the following: investigate methods and modifications necessary to heighten the existing bridge towers so as to satisfy navigational clearances in the open position in the most cost effective engineering manner, investigation of methods for increasing the bridge clearance in the center lift span in the closed position (i.e., raising the low chord), preparation of designs for all new lifting machinery in conformance with current standards to replace the existing machinery, fully investigate the foundation, and preparation of a design report for the Claiborne Ave. Bridge. Included in the report will be a narrative to demonstrate a fast-track construction schedule resulting in a minimum vehicular shut down time along with a traffic detour plan. All new work will be designed in accordance with AASHTO and LADOTD's latest design criteria. The approach spans are entirely excluded from this design contract. The required detail of the designs, cost estimates and narrative shall be of sufficient detail to proceed to the plans and specifications phase. Related work: Perform land and hydrographic surveys, soil borings and substructure investigations to support the structural foundation analysis of the existing bridge piers. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of precedence. Criteria (1) thru (5) are primary. Criteria (6), (7) and (8) are secondary and will be used only as "tie-breakers" among technically equal firms. The selection criteria are: (1) Specialized experience and technical competence of the firm and its key personnel with moveable highway bridges, in particular with vertical lift spans, to perform the services and produce the engineering documents listed in paragraph 2 above. (2) Professional qualifications of the key design personnel available to work on this contract in the following disciplines: Structural Engineering, Civil Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering, Traffic Engineering, Cost Estimating and Construction Specialist. The firm must have registered professional engineers in the engineering disciplines required above. (3) Capacity (personnel and equipment) to perform the work in the required time; produce CADD drawings in MicroStation 95 format or another system converted to the MicroStation 95 format; perform soil borings and substructure investigation and analysis; perform land based and hydrographic surveys; and provide the following minimum design personnel: three structural engineers, two civil engineers, one traffic engineer, one geotechnical engineer, one cost estimator, one electrical engineer, one mechanical engineer, one construction specialist, two CADD technicians and one registered land surveyor. (4) Knowledge of geographic area. (5) Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules. (6) Location of the design firm in the general geographical area of the New Orleans District. (7) Volume of DOD contract awards. (8) Extent of participation of small businesses, small disadvantaged businesses, women-owned businesses, HUBZone small business, historically black colleges and universities, and minority institutions on the proposed contract team as measured as a percentage of the estimated effort. 4. 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 (1/92 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 this announcement. If the 30th day is a Saturday, a Sunday, or a Federal holiday, the deadline is the close of business of the next business day. In Block 10 of 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, and address primary factors 1, 2 and 3 as they apply to this contract. Note the following restriction of Submittal SF255, Block 7. Resume of key persons, specialists and independent consultants anticipated for this project will be limited to no more than 20 pages, front and back. 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: Sally Leingang, Foot of Prytania Street, New Orleans, LA 70118-1030. Solicitation packages are not provided. This is not a request for proposal.
Record
Loren Data Corp. 20000911/CSOL003.HTM (W-251 SN494044)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 7, 2000 by Loren Data Corp. -- info@ld.com