|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1995 PSA#1305DA, Tulsa District, Corps of Engineers, POB 61, Tulsa, OK 74121-0061 C -- INDEFINITE DELIVERY ARCHITECT ENGINEERING CONTRACT FOR DAM SAFETY
EV ALUATION AND INSPECTION FOR MISCELLANEOUS PROJECTS ASSIGNED TO THE
TULSA DISTRICT POC POC Sheron Carpenter at (918) 669-7042 or David
Harder at (918) 669- 7040. DA, Tulsa District Corps of Engineers, 1645
S. 101st E. Ave., Tulsa, OK 74128-4629, ATTN: Sheron Carpenter, A-E
Contrs & Documents. A minimum of one Indefinite Delivery Contract will
be awarded for Dam Safety and Evaluation and Inspection for
Miscellaneous Projects Assigned to the Tulsa District. (1) PROJECT
INFORMATION: Projects may consist of the following: (a) cleaning and
evaulation; (b) obtaining water quality samples; (c) performing field
permeability tests on relief wells and piezometer; (d) pump test and
cleaning equipment; (e) preparation of comprehensive reports for
maintenance and repair of toe drain and relief well systems. Assessment
of the condition for the total relief well of piezometer system shall
include recommendations for system repair or modification and
determination of the degree of deterioration of the system. On-site
layout for core boring and test pits for field exploration program, and
a report detailing the site condition, drilling, and test pit logs in
the compatibility format will be required. Equipment is required for
continuing evaulation of earth embankments. Contract requirements will
include evaluation of monitoring vertical and horizontal movements on
the crest and upstream and downstream slopes of the embankment,
comprehensive report with photographs detailing the overall condition
of the crest, roadway quardrails, and upstream and dowstream slopes and
equipment will be required for continuing evaluation of concrete
structures. Evaluation shall consist of monitoring horizonal movements
on lockwall, powerhouse and spillways. A comprehensive report with
photographs, shall detail the overall condition of the service bridges,
lockwalls and spillways. All reports and numeric data shall be
WordPerfect and ASCII format supplied on 3.5-inch disks. (3) TECHNICAL
CAPABILITY: Professional Engineer and/or professional Geologist
registered in the state of Oklahoma, Texas, and Kansas. The total
cumulative amount for each Indefinite Delivery Architect-Engineering
Contract will not exceed $750,000 for the first 1-year period, with no
one delivery order to exceed $150,000. the Contracting Officer may
exercise a option to extent the contract for a second 1-year period
with an additional cumulative amount not to exceed $750,00 and no one
delivery order to exceed $150,000. EVAULATION CRITERIA: Selection of a
firm to provide the required services will be based on the firms
qualification in accordance with the following criteria, listed in
order of importance: (1) Professional qualifications for satisfactory
performance of the required service; (2) Past performance on contracts
with government agencies and private industry in terms of cost
control, quality of work and compliance with performance schedule; (3)
Specialized experience and technical competence in the type of work
required; (4) Capacity to respond quickly, mobilize qualified
personnel, and produce quality results under short deadline
constraints; (5) Volume of work previously awarded to the firm by the
DOD with the objective of effecting an equitable distribution of DOD
A-E Contracts among qualified firms, including small and disadvantaged
business firms, and firms that have not had prior DOD Contracts; (6)
Location of firm with respect to the project. (5) General Information
and Submittal requirements: Interested firms that meet the
qualifications must submit a SF 254 and SF 255 no later that 4:30 p.m.
on the 30th day after the date of this announcement to be considered
for the resulting contract, If the 30th day is a Saturday, Sunday, or
a Federal Holiday, the deadline is 4:30 p.m. of the next business day.
Cover letters and extraneous materials are not desired and will not be
considered. A seperate SF 254 and SF 255 for each subcontractor must
also be submitted. Responding firms are requested to clearly identify
those tasks to be subcontracted out and at what office. Responding
firms are requested to identify all computer capabilities in block 10
of the SF 255. Submittal of subcontracting plan may be required before
award of the contract. For your information the contracting goals for
the Tulsa District are 65% for small business and 10% for small
disadvantaged business. The POC is Sheron Carpenter, 918-669-7042. The
SF 255 should specificallly address the requirements of this
announcement. No other general notification will be made and no further
action will be required for firms under consideration. See Note 24.
This is not a request for proposal. (0074) Loren Data Corp. http://www.ld.com (SYN# 0026 19950316\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|