|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,1995 PSA#1286US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 C -- FIRM FIXED PRICE CONTRACT FOR THE PREPARATION OF DESIGN
MEMORANDUM TEXT AND PLATES FOR THE EAST OF HARVEY CANAL HURRICANE
PROTECTION PROJECT SOL DACW29-95-R-0022 POC Glenda Perez, (504)
862-2890 Firm Fixed Price Contracts for Preparation of Design
Memorandum Text and Plates for the East of Harvey Canal Hurricane
Protection Project, Orleans and Plaquemines Parishes, Louisiana. 1.
CONTRACT INFORMATION: A-E services are required for the Preparation of
Design Memorandum Text and Plates for the East of Harvey Canal
Hurricane Protection Project, Orleans and Plaquemines Parishes,
Louisiana. A firm-fixed price contract, amount between $300,000.00 and
$900,000.00 is scheduled for award on or about 31 July 95. This
announcement is open to all businesses regardless of size. 2. PROJECT
INFORMATION: The Architect-Engineer shall furnish all services,
materials, supplies, plant, labor, equipment, studies, investigations
(including geotechnical designs and surveys), supervision, and travel
as required to prepare design memorandum text and plates to include
design and cost estimates for approximately 22 miles of hurricane
protection along both banks of the Algiers canal. Contractor must
ensure that the product is compatible with the District's hardware and
software platforms. The product must be compatible with CADD
Intergraph Microstation version 4.0 and the In-Roads software
application. This corridor passes through industrial, urban and rural
areas and includes such features as earthen embankments, roads,
drainage structures, floodwalls, floodgates, marine structures, etc.
Perform stability analyses and topographic surveys for levees, dikes,
channels, and other excavations. Develop pile capacity curves and
sheetpile floodwall and bulkhead analyses. 3. SELECTION CRITERIA: See
Note 24 for general selection process. The selection criteria in
descending order of importance are: a. Specialized experience and
technical competence of the firm and its key personnel to perform the
services listed above, work experience, and knowledge of local
geotechnical, climatic, environmental conditions and codes. b.
Professional qualifications of the key design personnel available to
work on this contract in the following disciplines: civil engineering,
structural engineering, geotechnical engineering, electrical
engineering, mechanical engineering, cost engineering, surveying (one
registered land surveyor and surveyors experienced in using total
station data collection system) and CADD. c. Capacity (personnel and
equipment) to submit the design memorandum text and plates within 550
days of contract award. Capacity to produce CADD drawings compatible
with Intergraph Micro Station, version 4.0 and the In-Roads software
application. Provide the following minimum design personnel available
to perform work on this contract: 3 civil engineers, 2 structural
engineers, 2 geotechnical engineers, 1 electrical engineer, 1
mechanical engineer, 1 cost engineer, 3 CADD technicians, 1 registered
land surveyor, 1-three person shore control/topographic survey crew,
and 1-three person hydrographic survey crew. d. Knowledge of the
project area. e. Past performance on DOD and other contracts with
respect to cost control, quality of work and compliance with
performance schedules. f. Location of the design firm in the general
geographical area of the project. g. Extent of participation of small
business, including small disadvantaged business, historically black
colleges and universities, and minority institutions on the proposed
contract team as measured as a percentage of the estimated effort. h.
Volume of DOD contract awards. 4. SUBMISSION REQUIREMENTS: See Note 24
for general submission requirements. Firms which meet the requirements
in this announcement are invited to submit six copies of SF 255, and
six copies of SF 254 for the prime firm and all consultants, to the
above address not later than the close of business on the 30th day
after the date of this announcement. If the 30th day is a Saturday,
Sunday or Federal Holiday, the deadline is the close of business of the
next business day. In Block 10 of the SF 255, describe the firm's
design quality management plan, including coordination of
subcontractors. Also in Block 10 of the SF 255, the eight evaluation
factors must be addressed. This is not an RFP. Solicitation Packages
are not provided. Overnight or courier type mail should be sent to the
following address: U.S. Army Corps of Engineers, New Orleans District,
Attn: Glenda Perez, Room 270, Foot of Prytania Street, New Orleans, LA
70118-1030. Refer to announcement No. DACW29- 95-R-0022. (0046) Loren Data Corp. http://www.ld.com (SYN# 0021 19950216\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|