Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1995 PSA#1321

U.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