|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1995 PSA#1321U.S. Army Engineer District, Norfolk, ATTN: CENAO-EN, 803 Front Street,
Norfolk, VA 23510-1096 C -- ARICHITEC-ENGINEER SERVICES FOR DESIGN OF TWO COMBINED SEWER
OVERFLOW PROJECTS FOR THE CITY OF RICHMOND, VA POC K. Lueke,
Engineering Manager, (804)441-7704 CONTRACT INFORMATION: The executed
contract will include design of two projects, performed in two phases.
Projects #1 and #2, Phase I, Site Evaluation, will include Title I
services, (field investigation, topographic survey, environmental and
geotechnical surveys, environmental investigations, and design to
include preparation of plans, specifications, cost estimates, and
design analyses), for two (2) Combined Sewer Overflow (CSO) projects
located in Richmond, Virginia. Geotechnical surveys will include
borings, corings, laboratory analyses, interpretation of results, and
preparation of reports to assist in design of the structures comprising
the retention basin. Environmental surveys will be conducted as
necessary to establish the requirements for disposal of surplus
excavated material. Site layouts will be developed toestablish location
of facilities, site access, site drainage, and final site arrangement
and landscaping. Selected firm will be required to obtain all necessary
permits required for construction at this site, including, but not
limited to, jurisdiction over various protected categories like
wetlands, historical resources, permits from owners of the site or
adjacent structures, etc. Phase II of both projects, Preliminary Design
Report, will consist of a report which will include an evaluation and
selection of alternative layouts for the facilities proposed, selection
of equipment, and a preliminary opinion of probable construction cost.
Optional services during construction could include review of shop
drawings, preparation of record drawings, and site visits. Phase I,
Site Evaluation, is expected to be completed twelve months after
contract award; Phase II, Preliminary Design Report, is to be completed
six months after completion of Phase I. A firm fixed-price contract
will be negotiated. Additional requirements may be generated and
required as a result of this design and could result in additional
design work. 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, and a Small Business and Small Disadvantaged
Business Subcontracting Plan will be required. PROJECT DESCRIPTION: CSO
Project #1 includes a 2.45 MG retention facility at the McCloy Street
Combined Sewer. CSO Project #2 includes a 2.80 MG retention facility at
the Hampton Street Combined Sewer. Overflow from the existing dry
weather flow regulator would be intercepted in these retention
facilities up to the volume of 1.38 MG (Project #1) and 2.80 MG
(Project #2) corresponding to the 1.38 inches once-per-month design
storm. In Project #1, dry weather flow will continue to be routed to
the Douglasdale Pumptin Station, and in Project #2, to the Hampton
Street Pumping Station, for conveyance to the Richmond Wastewater
Treatment Plant. Access conditions to Project #1 site will need to be
improved significantly to allow for construction and for operation and
maintenance. Project #2 site is in a residential neighborhood, in
close proximity to residences. Odor control facilities are anticipated
to be be integral components of this site structure. SELECTION
CRITERIA: The significant factors and relative order of importance are:
(a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE--(1) Demonstrated
experience by the prime firm and its consultants in the planning and
design of storm sewers and rehabilitation of combined storm/sanitary
sewers. (2) Demonstrated experience by key members of the project team
in the planning and design of storm sewers and rehabilitation of
combined storm/sanitary sewers. (3) Familiarity with project location.
(4) Computer resources; firms must indicate in BLock 10 of the SF 255
the following items: (i) accessibility of and/or familiarity with the
Construction Criteria Base (CCB) system, including as a minimum the
SPECSINTACT specification system, the MCACES estimating system, and the
ARMS review management system; (ii) demonstrated CADD capability with
capacity to produce output files in ''.DXF'' or ''.DWG'' file format;
and (iii) access to a Hayes compatible modem, 2400 baud or better. (b)
PROFESSIONAL QUALIFICATIONS--The design team must possess experienced,
registered professional capability, in house for Civil Engineers
experienced in design of sanitary sewers and related facilities, and
either in-house or by use of consultants, Geotechnical, Sanitary and
Environmental Engineering, Landscape Architecture, and Land Surveying.
An Industrial Hygienist, either in-house or by use of consultants,
with a current certificate in comprehensive practice from American
Board of Industrial Hygienists is required; a copy of his/her ABIH
certificate must be included in BLock 10 of the SF 255. (c)
CAPACITY--Capacity to accomplish the work in the required time. Firms
must demonstrate ability of the design team to complete the project as
scheduled. (d) PAST PERFORMANCE ON DoD AND OTHER CONTRACTS--(1) ACASS
evaluations; superior performance evaluations on recently completed
projects are advantageous; (2) Letters of evaluation/recognition by
other clients; (3) Cost control and estimating performance as a
percentage deviation between the final estimate and low bid on similar
TYPE and SIZE projects; and (4) On-time delivery of designs for DoD
and similar projects. (e) VOLUME--Volume of DoD contract awards in the
last 12 months, with the object of effecting equitable distribution of
contracts among qualified firms, including minority-owned firms and
firms that have not had prior DoD contracts. Considerations may
include: (1) ACASS retrievals; (2) Current workload as listed in BLock
9 of the SF 255; and (3) Equitable distribution of work amond firms.
(f) LOCATION-- Location in the general geographical area of the project
is desirable, provided that application of this criterion leaves an
appropriate number of qualified firms, given the nature and size of the
project. SUBMISSION REQUIREMENTS: This is not a request for proposal.
Solicitation packages will not be provided. All requirements of this
announcement must be met for a firm to be considered. Interested firms
having the capabilities to perform this work must submit a single SF
255 for the design team and current SF 254s for the prime firm and all
consultants. The following information must be included on the SF 255:
(a) Firms with more than one office--in BLock 4, distinguish, by
discipline, between the number of personnel in the office to perform
the work and the total number of personnel in the firm; and in BLock
7c, indicate each key person's office location; (b) Block 3--prime
firm's ACASS Number and distance in driving miles from Norfolk
District; (c) Block 7f--registrations must include the year,
discipline, and state in which registered; (d) Block 8b--include a
descriptive project synopsis of major items of work; (e) Block
9--indicate fee in terms of thousands of dollars, not percentage of
work completed; and (f) An organization chart including all key
elements of the design team demonstrating the firm's understanding of
and ability to execute the project. Information in cover letters will
not be considered. The 11/92 editions of the SF 255 (NSN
7540-01-152-8074) and SF 254 (NSN 7540-01-152-8073) are required. Forms
may be obtained through GPO at (202) 783-3238. In order to be
considered, the complete proposal must be received at the address
indicated above within 30 days from the date of this issue. For the
purposes of this notice, day number one is the day following the date
of publication; should the closing date occur on a weekend or national
holiday, the closing date is automatically extended to the next work
day. Facsimile transmissions will not be considered. Prior to the final
selection, firms considered highly qualified to accomplish the work may
be interviewed either by telephone or by formal presentation. (0096) Loren Data Corp. http://www.ld.com (SYN# 0015 19950407\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|