Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 14, 2001 PSA #2807
SOLICITATIONS

C -- A-E SERVICES ARE REQUIRED FOR THE STUDY AND EVALUATION OF AND POSSIBLE DESIGN OF THE ALLEVIATION OF COMBINED SEWER OVERFLOW (CSO) FOR THE CITY OF RICHMOND, VA

Notice Date
March 12, 2001
Contracting Office
U.S. Army Engineer District, Norfolk, Attn: CENAO-CT, 803 Front Street, Norfolk, Virginia 23510-1096
ZIP Code
23510-1096
Solicitation Number
DACW65-01-R-0012
Response Due
April 13, 2001
Point of Contact
Maria P. Hernandez, 757-441-7703
E-Mail Address
Click here to contact the Contract Specialist via (maria.p.hernandez@usace.army.mil)
Description
1. CONTRACT INFORMATION: Architect -- Engineer (A-E) services are required as follows: The executed contract will include the studies and evaluations of and possible design of the Alleviation of Combined Sewer Overflow (CSO) for the City of Richmond, VA. Field investigations of existing conditions, topographic surveys, wet weather performance of the Wastewater Treatment Plant (WWTP), monitoring of the Bacteriological Sampling Program in the James River during wet weather and CSO conditions, and possible design to include preparation of plans, specifications, cost estimates, and design analyses for the alleviation of CSO facilities located in Richmond, VA. Study and Evaluation effort is to be completed approximately one year after A-E contract award, with possible design effort to follow: The type of contract proposed is a firm-fixed-price contract. These services are procured in accordance with PL 92-582 (Brooks A/E Act) and FAR Part 36. Additional requirements may be generated and required as a result of this design and could result in additional design work. 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 on that part of the work it intends to subcontract, and a Small Business and Small Disadvantaged Business Subcontracting Plan will be required. The subcontracting goals for the Norfolk District, which will be considered by the contracting officer, are that a minimum of 50% of a contractor's intended subcontract amount be placed with a small business (SB), including small disadvantaged businesses (SDB), and 5% be placed with SDB. This procurement is classified under SIC Code 8711. The plan is not required with this submission. The wages and benefits of service employees (see FAR 22, 10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. This contract is anticipated to be awarded by JUN 01. 2. PROJECT INFORMATION: Project consists of studies and evaluations, and possibly design, of: a. The potential impacts of Combined Sewer Overflow (CSO) flows in the Wet Weather Performance of the Wastewater Treatment Plant (WWTP). (1) Evaluation of CSO Retention Basin Discharge to WWTP. (2) Evaluation of Wet Weather (CSO) BNR Treatment at the WWTP. (3) Assess WWTP Wet Weather CSO Flow Capacity. (a) Prepare Basis for Capacity Assessments. (b) Prepare "Desk-Top" Capacity Assessments. (c) Refine Capacity Assessments through Field and Stress Testing. (d) Develop Wet Weather Operating Strategies and Improvement Plan. (e) Prepare Capacity and Operating Strategy Report. (4) Lower Goodes Creek and Deepwater Terminal Interceptor CSO and RDII Evaluation and Modeling. (5) Evaluation Study for Upgrade of VFD's for CSO Service at the WWTP Main & Supplemental Pumping Stations. (6) Shockoe Retention Basin Evaluation for Performance in CSO Program. (a) Improvements to Diversion Structure Trash Rack. (b) Evaluation of Solids Accumulation in Diversion Structure. (c) Evaluation of Solids Accumulation in Shockoe Basin. (d) Access for Service and Cleaning to Shockoe Basin. b. Monitoring of the Bacteriological Sampling Program in the James River during Wet Weather and CSO Conditions located in Richmond, VA. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e is primary. Criteria f-h is secondary and will only be used as "tie-breakers" among technically equal firms. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Must have: (1) Demonstrated experience by the prime firm and its consultants in the studies and evaluations of and designs of sanitary sewers and combined sewer overflow projects, (2) Demonstrated experience by key members of the project team in the studies and evaluations of and designs of sanitary sewers and combined sewer overflow projects. b. PROFESSIONAL QUALIFICATIONS: (1) The team must possess experienced registered professional capability (in-house) for Civil Engineer discipline experienced in studies and evaluations of and design of sanitary sewers and combined sewer overflow projects with related facilities and (either in-house or by use of consultants) in Sanitary Engineering and Land Surveying. c. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must demonstrate ability of the design team to complete the project as scheduled. d. PAST PERFORMANCE ON DOD AND OTHER CONTRACTS: (1) ACASS evaluations (superior performance evaluations on recently completed projects is advantageous); (2) Letters of evaluation/recognition by other clients; (3) Cost control and estimating performance as a percentage deviation between the final estimate and low bid on similar TYPE and SIZE projects; (4) On-time delivery of designs for DOD and similar projects. e. KNOWLEDGE OF THE LOCALITY: as described in Note 24. f. SB and SDB PARTICIPATION: Extent of participation of small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. GEOGRAPHIC PROXIMITY: as described in Note 24. h. VOLUME OF DOD CONTRACT AWARDS: in the last 12 months, as described in Note 24. Considerations may include: (1) ACASS retrievals; (2) Current workload as listed in Block 9 of the SF 255; and, (3) Equitable distribution of work among A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DoD contracts will only be considered when used as a "tie-breaker". 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 255 (11/92 edition) for the design team and single copies of current SF 254 (11/92) for the prime firm and all consultants, to the above address. Firms responding to this announcement by 4:00pm Eastern Standard Time on 9 April 2001 will be considered. Submittals by facsimile transmission will not be accepted and will be considered nonresponsive. The revised 11/92 edition of the SF255 (NSN 7450-01-152-8074) & SF254 (NSN 7540-01-152-8073) is required. Forms may be obtained through GPO at (202) 512-1800 or via the web site at http://www.gsa.gov/forms/zero.htm. ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the web site at http://ccr2000.com. The SF 255 must also include the following: a. Block 3: prime firm's ACASS # and distance (in terms of POV driving miles) from address of office to perform the work and the Norfolk District. For ACASS information, call 503-808-4591; b. Block 3a. Include your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. c. Firms with more than one office -- (1) Block 4: this block should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Block 7c: each key person's office location; d. Block 7f: registrations must include the year, discipline and state in which registered; e. Block 8b: Include a descriptive project synopsis of major items of work; f. Block 9. Indicate fee in terms of thousands of dollars, not percentage of work completed. g. Block 10. Provide an organizational chart including all key elements of the design team demonstrating the firm's understanding of and ability to execute projects under the contract. Describe demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design [FAR 36.602-1(a)(6)]. The selected firm will be required, upon award, to have access to a Hayes compatible modem 5600 baud or better and/or some or all of the following items: Computer Resources -- firms must indicate in this block the following items: (a) accessibility to and/or familiarity with the Construction Criteria Base (CCB) system, including the ability to produce .pdf format specifications. This shall include as a minimum, the SPECSINTACT specification system; the MCACES estimating system, and the ARMS review management system; (b) demonstrated CADD capability with capacity to produce output files in ".DWG" file format, including production of .cal format files for solicitation purposes; (c) accessibility to and/or familiarity with gINT for Windows software. Describe owned or leased equipment that will be used to perform this contract. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
Record
Loren Data Corp. 20010314/CSOL008.HTM (W-071 SN50F9S6)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 12, 2001 by Loren Data Corp. -- info@ld.com