Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1995 PSA#1328

U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, P.O. BOX 2946, PORTLAND OREGON 97208-2946

C -- MULTI-DISCIPLINED ENGINEERING AND DESIGN SERVICES SOL DACW57-95-R-0018 DUE 051595 POC CONTRACT SPECIALIST, GAIL SCHULTZ, 503/326-4078 Modification: This action originally published in the CBD on 1/3/95 is being modified as follows: Delete the previous publication in its entirety and provide the following: The US Army Corps of Engineers, Portland District, proposes to contract for multi-disciplined engineering and design services. Two contracts will be awarded under this solicitation. Each contract will be an Indefinite Delivery Type Architect-Engineer (A-E) contract for $4,000,000 with each delivery order not to exceed $1,000,000. The contract period will be for one year, with options to extend the contract for up to three additional years. The estimated start date is November 1995. Personnel provided for these contracts must be experienced in disciplines which would enable performance on a wide variety of projects. Specifically required will be civil, electrical, environmental, geotechnical, fisheries, hydraulic, mechanical, and structural engineers; architests, CADD operators, construction cost estimators, geologists, geophysicists, hydrologists, fisheries biologists, landscape architects, and specification writers, as well as appropriate support personnel. The Corps of Engineers anticipates that the majority of work will be in the structural, mechanical, electrical, civil, fisheries, and hydraulic areas. WORK SHALL BE DIVIDED BETWEEN THE TWO CONTRACTS AS FOLLOWS: Each contractor will perform between 40 and 60 percent of the total work awarded to both contracts. However, if one firm does not have the capabilities to perform a delivery order in the required time period, and/or has performed unsatisfactorily on previous orders under subject contract, that firm may receive less than this amount of work. TYPICAL SERVICES: Typical services to be provided would include engineering and design such as: a. Structural: Engineering, design and preparation of plans and specifications for civil works structures and complex structural steel items (gates, bulkheads and prototype equipment); design and analysis of concrete dams, spillways and still basins, reservoir outlet works (intake structures, tunnels, conduits, energy dissipaters); pump facilities, navigation locks, marine facilities, piling and floating structures, buildings and warehouses, and fish passage, collection, and monitoring structures and facilities. Expertise with special analytical codes, seismic design and coating systems. b. Mechanical: Engineering, design, and preparation of plans and specifications for cranes, hoists, and other machine design items; HVAC systems; piping, plumbing, and sewage systems, gating (high head and other), operators (motors, gearing and wheels), hydraulic and air systems, water supply and pumps and screening systems related to civil works and fish passage systems. c. Electrical: Engineering, design, and preparation of plans and specifications for power and control, lighting, communication and SCADA systems. d. Civil: Engineering, design, and preparation of plans and specifications for roads, pavements, drainage, excavating and disposal, grading, clearing and debris removal, utilities, waste water treatment, on-site water supply and water treatment, marine type recreation facilities, levees, and river bank protection. e. Hydraulic: The design and preparation of plans and specificatons for high head dam regulating outlet facilities; spillways and stilling basins; outlet valves and gates; design of new and analysis of existing migrant fish facilities; design of navigation channels and facilities; on-site investigation and analysis for water resource projects; one and two dimensional mathematical modeling for steady flow; and prototype testing. Expertise with fisheries design and criteria. f. Fisheries Engineering: Design of fish collection, monitoring, sampling, protection and passage systems utilizing expert knowledge of fish behavior and criteria related to fisheries design. g. Geotechnical: Geologic and soils mapping; soils engineering; engineering geology; insitu material testing; surface and subsurface soil and rock sampling for lab testing; instrumentation plans and designs for the installation, monitoring, and analysis of a variety of civil works structures including but not limited to embankment dams, concrete dams, powerhouses, marine structures, and foundation investigations and designs; excavation and embankment design and slope stability studies; slope protection and retaining structures; underground openings including tunnels in soils and rock; water well investigations; and geotechnical reports and specification writing. h. Coastal, River and Harbors: The design of jetties, breakwaters, mooring structures, small boat basins, river training structures, and anchorage. i. Environmental: Preliminary assessment site surveys to evaluate potential contamination from hazardous substances due to past activites, investigations of potential sites identified in survey, preliminary assessment reports of findings of investigation, and identification of potential environmental disposal issues associated with rehabilitation work. Also required would be dam safety inspections; architectural design of buildings and related features; landscape architectural design, including irrigation features; plans and specification preparation, engineering studies, technical reports, design analysis, preparation of detailed quantity takeoff, construction cost estimating using MCACES software and construction scheduling. CADD COMPLIANCE: The selected firm must be able to produce engineering drawings on a computer aided design and drafting (CADD) system and provide a design drawing on 8mm 2.3 GB cartridge tape (UNIX) or high density floppies (UNIX or DOS). These design drawings must be fully compatible with the Portland District Intergraph Computer-Aided Design System which utilizes an Intergraph UNIX InterServe 6505, Intergraph UNIX workstations running MicroStation 32 (version 5.0) and DOS based PC's running MicroStation PC (version 5.0). The compatibility must include but not be limited to such items as smoothing of curves and arcs, full 63 level assignments, color tables capable of supporting 20 fonts. The design file must be delivered in MicroStation file format. All conversions shall be made prior to delivery of any submittal. A list of equipment or proposed conversion software contained in the firms CADD system must be included in the qualification package so compatibility can be verified by the Portland District CADD System Manager. SELECTION CRITERIA: Selection for this project will be based upon the following criteria shown in descending order of importance (first by major criterion and then by each sub-criterion. Criteria a-g below are primary. Criteria h-j below are secondary and will only be used as ''tie breakers'' among technically equal firms. a. Specialized experience and technical competence with regard to the typical services to be performed, as described above. Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical competence will be the primary information evaluated. b. Professional qualifications of the personnel to be assigned to this project. The evaluation will consider education, training, registration, and longevity of relevant experience. The following disciplines will be evaluated (number of individuals to be evaluated is shown in brackets to the right of each discipline): (1) Structural Engineers (10); (2) Mechanical (6); (3) Electrical Engineers (4); (4) Civil Engineers (6); (5) Hydraulic Engineers (6); (6) Fisheries Engineers (4) (defined as engineers from various disciplines with training and experience with design of fish facilities, and knowledge of fish behavior and criteria related to fisheries design); (7) Geotechnical Engineers (3); (8) Fisheries Biologists (2) (defined as biologists with experience with current technologies for adult and juvenile fish passage systems and knowledge of specific biological criteria for the design of such systems); (9) Other Disciplines (Coastal, River and Harbor Engineers (2), Environmental Engineers (2), Architects (2), Landscape Architects (2), Cost Estimators (2), and Specification Writers (2), CADD Operators (8)). c. Knowledge of the Locality. (1) Knowledge of flood control, navigation, and hydroelectric dam projects in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California. (2) Knowledge of fish bypass, collection, sampling, and monitoring systems and facilities in Oregon, Washington, Idaho, Western Canada, Western Montana, and Northern California. d. Ability to meet the CADD requirements as specified in this synopsis. e. Design Quality Assurance: (1) Description of quality control processes used by the firm. (2) Description of management approach firm would use on this contract if successful offeror. Includes organizational chart showing interrelationship of management and design team components. f. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. g. Capacity of the firm to accomplish the required services on schedule. h. In the event of a tie, the firm's standing as a Small, Small disadvantaged, or Woman-Owned Small Business, and the extent to which those firms, as well as Historically Black Colleges, and Universities/Minority Institutions (HBCU/MI's), participate in subcontracting will be considered. i. In the event of a tie, the general geograhical location of the firm with regard to other firms and the Portland District will be considered. j. In the event of a tie, the volume of DOD work awarded to the firm within the last 12 months will be considered. ADMINISTRATIVE: A-E firms which meet the requirements described in this announcement are invited to submit an SF 254, A-E and Related Services Questionnaire, and an AF 255, A-E and Related Services Questionnaire for Specific Project, within 30 calendar days of this announcement, to the procurement office shown. This procurement is unrestricted. Technical questions should be directed to Don Chambers (503) 326-6903. Administrative questions should be directed to Gail Schultz, (503) 326-4078. This is not an RFP. SIC 8711**** (0107)

Loren Data Corp. http://www.ld.com (SYN# 0019 19950418\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page