Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2002 FBO #0272
SOLICITATION NOTICE

C -- Firm Fixed Price Contract for A-E Services related to Thermal Stress/Strain Analysis of the Roller Compacted Concrete Thick Arch Dam at the Portugues Dam site, Ponce, Puerto Rico

Notice Date
8/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
DACW17-02-R-0032
 
Response Due
10/11/2002
 
Point of Contact
Sara Pines, 904-232-2083
 
E-Mail Address
Email your questions to U.S. Army Engineer District, Jacksonville - Civil Works
(Sara.D.Pines@SAJ02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA A-E Services are required to perform the thermal stress/strain analysis for a roller compacted concrete (RCC) thick arch dam at the Portugues Dam site near Ponce, Puerto Rico. This solicitation is unrestricted and is open to all firms regardless of size. One (1) contract will be awarded from responses to this advertisement. The contract will be Firm-Fixed Price. Project Information: Upon completion of construction and after natural cooling to the dam?s final stable temperature condition the dam will be r equired to behave monolithically while supporting its service loads. The thermal stress/strain analyses shall determine the optimal combination of placement temperature and contraction joint spacing to protect against both transverse and longitudinal ther mal cracking. The analysis will consider the cost effectiveness and potential benefits of both a contraction joint grouting program and, because of the mild and uniform climate, pre-cooling to achieve a 'just closed' or natural closure condition at the ti me the mass reaches its final stable temperature condition. It will also determine the stress free temperature in the dam for all construction scenarios, which will be used in the evaluation of the ability of the dam to resist service loads. Factors for Evaluation in order of Priority are: 1. Specialized Experience and Technical Competence: Firms must clearly demonstrate specialized experience and expertise in the analysis of mass concrete structures. In particular, firms must demonstrate: experience ana lyzing comparable structures in similar thermal and seismic settings, experience performing the required structural analyses including appropriate constitutive modeling, and experience modeling the loss or gain of heat through the top surface of one foot t hick RCC lifts. Firms must demonstrate understanding and familiarity of the principles discussed in the Corps of Engineers, Engineering Technical Letter, ETL 1110-2-365, Nonlinear, Incremental Structural Analysis of Massive Concrete Structures. 2. Size a nd Expertise of Staff: Firm must have in-house or through association with qualified subcontractors, U.S. registered professional engineers that will fill all analysis, oversight and supervisory roles necessary to complete the required analyses. 3. Capac ity to Accomplish the Work in the Required Time: Firm must have the capacity to commence work within 10 days after receipt of notification to proceed and accomplish the analyses in accordance with the scheduled completion dates. These dates will be set i n the scope of work and will be dependant on the schedule and progress of the RCC mix design and material property testing. 4. Past Performance: Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit information fo r current relevant contracts and subcontracts including the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as ?information that has a logical connection with the matter un der consideration and application time span?.) Pertinent issues are ability to meet established schedules, ability to accomplish work within budgetary limitations, and quality of the delivered product. Past performance on contracts with Federal Government agencies, state and local governments, and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration System (ACASS) and information available f rom other sources, will be utilized for prior performance evaluations. Firm may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent similar contracts. Firm may also include informatio n on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: 5. SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS PARTICIPATION: The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anti cipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, or joint venture partner; the greater the participation, the greater the consideration. 6. VOLUME OF PAST DOD CONTRACT AWARDED TO FIRM: Work previously awarde d to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. Submission Requirements: Firms meeting the requirements described in this announcement and wishing to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list o nly the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 addressing evaluation factors 1-4 is strongly recommended. Submi ttal package must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on October 11, 2002. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentat ions beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR's web site may be accessed at http://www.ccr.gov) Small and small disadvantaged business firms ar e encouraged to participate as prime contractors or as members of joint ventures with other small businesses. If a contract exceeds $500,000.00, all interested firms are reminded that the successful firm will be expected to place subcontracts to the maximu m practicable extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for a contract exceeding $500,000.00, the firm must comply with FAR 52.219-9 regarding the requiremen t for a subcontracting plan on that part of the work it intends to subcontract. Of those dollars the large business firm intends to subcontract out, the Corps of Engineers target goals for subcontracting are 71.1% to Small Business concerns; 10.2% to Small Disadvantaged Business concerns; 10.0% to Women-owned Small Business concerns; 3.0% for HUBZone certified concerns; 5.0% Veteran-owned small business concerns; and 3.0% to Service-disabled Veteran-owned Small Business concerns. Large firms should keep th ese target goals in mind when considering qualifications of potential subcontractors and ensure that each proposed subcontractor's socio-economic status is clearly identified in the submission of qualifications. If applicable, an approved small business-su bcontracting plan will be required prior to award. The NAICS code is 541330. The size standard is $4,000,000.00. Response to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to t he following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, 400 West Bay Street, Room 565, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for propos al. Firms may post t heir name/address on the web site to facilitate contact between prime contractors, sub-contractors, and firms interested in joint ventures. However, copies of the listings of firms will not be provided. See our Web Page: https://ebs1.saj.usace.army.mil/ebs /AdvertisedSolicitations.asp
 
Place of Performance
Address: U.S. Army Engineer District, Jacksonville - Civil Works P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN00153778-W 20020831/020829213941 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.