Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1995 PSA#1305

DA, 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