COMMERCE BUSINESS DAILY ISSUE OF APRIL 30, 2001 PSA #2840
SOLICITATIONS
C -- INSTRUMENTATION AND EVALUATION WORK, STRUCTURES AND BRIDGE PERIODIC INSPECTION PROGRAM, NEW ORLEANS DISTRICT
- Notice Date
- April 26, 2001
- Contracting Office
- US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New Orleans, LA 70160
- ZIP Code
- 70160
- Solicitation Number
- DACW29-01-R-0025
- Point of Contact
- Lisa Johnson, Contract Specialist, 504-862-1163
- Description
- INSTRUMENTATION AND EVALUATION WORK, STRUCTURES AND BRIDGE PERIODIC INSPECTION PROGRAM, NEW ORLEANS DISTRICT, Solicitation No. DACW29-01-R-0025, POC Lisa Johnson at (504) 862-1163, Contracting Officer, Elois L. Anderson at (504) 862-1161. 1. CONTRACT INFORMATION: A-E services are required for one instrumentation and evaluation work contract within the limits of the New Orleans District for the Structures and Bridge Periodic Inspection Program. A one year indefinite quantity contract NTE $500,000 for the base period with two option years NTE 500,000 (per period) is scheduled for award about October 2001. 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. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr2000.com or by contacting the DOD Electronic Commerce Information Center at 1-888-227-2423. The inspection program is governed by regulation ER 1110-2-100 "Instrumentation for Safety Evaluation of Civil Works Projects". Documentation of site visits should include any evidence of distress as discussed in ER 1110-2-101 "Reporting of Evidence of Distress of Civil Works Structures". Electronic copies of these regulations as well as most technical design criteria and other miscellaneous regulations can be found on the internet at http://www.usace.army.mil/inet/usace-docs. 2. PROJECT INFORMATION: Work will consist of: (1) surveying and instrumentation data gathering for specific features of civil works structures such as scour survey cross sections and profiles, settlement mark readings, joint movement readings, joint alignment readings and piezometer readings. The scour surveys will include hydrographic, overbank, horizontal distances and control data. The types of civil works structures include locks, pumping stations, floodgates, control structures, drainage structures, floodwalls, channels and bridges; (2) compiling the field data into the appropriate digital format for use in various software (e.g. government provided data collector program, government provided cross section plot program, Excel Spreadsheet with Graphics, government provided Piezometer Internet Program); (3) producing CADD and Excel plots and plates from the compiled data; (4) analyzing the field data and preparing instrumentation evaluation reports and (5) documenting the results of the site visit by the Civil and Geotechnical Engineers. Firms must indicate their capability of utilizing Global Positioning Systems (GPS) and total stations with a data collector system. 3. SELECTION CRITERIA: The selection criteria are listed below in order of precedence (first by major criterion and then by each sub-criterion). Criteria 1-7 are primary. Criteria 8-10 are secondary and will only be used as "tie breakers" among technically equal firms. For criteria (6) and (7), comprehensive outlines of safety and quality control plans will be satisfactory. Complete plans will be required after contract award. Safety performance data (man-hours lost) must be submitted, including data for any subcontractors. Selection evaluation factors in order of precedence are: (1) specialized experience and technical competence in the type of work required (to include firm and its key personnel). Contractors must have the capability to deliver and receive data via the Internet and CDROM; (2) professional qualifications of the personnel available for the satisfactory performance of the required service; (3) capacity to accomplish the work in the required time. All key personnel and major items of equipment available for project assignment must be listed along with other pertinent data; (4) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from ACASS and other sources; (5) knowledge of geographic area within the limits of the New Orleans District; (6) safety plan and performance (man-hours lost to accidents in the last 100,000 man-hours of work by firm); (7) quality control plan; (8) extent of participation of small businesses (including women-owned), small disadvantaged business, HUB Zone small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of total estimated effort; (9) location in the general geographic area; and (10) volume of DOD contract awards in the last12 months as described in Note 24. 4. EXPERIENCE: To be considered for selection, firms must clearly identify in the SF 254 and block 10 of the SF 255 expertise in the types of work cited above, surveying experience in the types of surveys and instrumentation data stated above, specialized knowledge and experience to evaluate instrumentation data, ability to manipulate and produce spreadsheet files that are fully operational with Excel 97 or higher, ability to edit and produce report files that are fully operational with Word 97 or higher, identify capacity to produce CADD drawings that are fully operational with Intergraph Microstation Version 5.0 or higher and identify availability of individuals (contractor and subcontractors employees) qualified to take survey data and prepare instrumentation reports. Firms must also have the following minimum personnel size to be considered for selection: one civil engineer and one geotechnical engineer (both registered professional engineers), two technicians to perform CADD drafting services, two 4-person survey parties, one GPS survey party and one registered land surveyor. 5. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms which meet the requirements described in this announcement are invited to submit five copies of SF 254 and SF 255 (11/92 edition) for the prime firm and all subcontractors and consultants to the address below not later than 30 days after the date of this publication. If the 30th day is a Saturday or Sunday, or Federal Holiday, the due date is the close of business the next business day. In Block 10 of the SF 255, include an organizational chart, the use of subcontractors or consultants and describe the firm's quality control plan, including coordination of subcontractors and consultants. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call (503) 808-4594. Also address the minimum personnel and equipment requirements and each of the Selection Criteria in Block 10 of the SF 255. 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: Lisa Johnson, 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. 20010430/CSOL001.HTM (W-116 SN50K4M4)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on April 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|