|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,1995 PSA#1338International Boundary and Water Commission, United States and Mexico,
United States Section, The Commons, Building C, Suite 310, 4171 N.
Mesa St., El Paso, TX 79902-1441 C -- ARCHITECT-ENGINEERING SERVICES FOR SANITATION AND WATER QUALITY
PROJECTS ALONG THE U.S./MEXICO BORDER IN TEXAS AND NEW MEXICO SOL RFP
95-26. Contact Pamela Ahrens, Contract Specialist, or Debra J. Little,
Contracting Officer, at (915) 534-6694. The U.S. Section,
International Boundary and Water Commission, United States and Mexico,
(USIBWC), intends to award three Architect-Engineer (A-E) contracts
for sanitation and water quality projects along the U.S./Mexico border
in Texas and New Mexico involving the cities of Piedras Negras,
Coahuila, Ciudad Acuna, Coahuila, Reynosa, Tamaulipas in Mexico and
other locations in Mexico and/or the United States. Three A-E firms
will be selected from this announcement. The USIBWC will assign
individual projects among the three A/E contractors in relation to the
initial ranking of the contracts and based upon the size and
complexity of the corresponding sanitation problems, as determined by
the USIBWC. The U.S. firms selected from this announcement must be able
to team with firm(s) in Mexico to assist in the projects. Proposed
Mexican subcontractor(s) are subject to approval by the U.S.
Government. A Firm-Fixed Price Indefinite quantity type contract is
contemplated for a basic year and four (4) one-year option years. The
A/E contractors must possess sufficient qualifications and experience
to provide the full range of A/E services necessary for the projects
under the subject contracts, as deterined necessary by the USIBWC; such
services may include but will not be limited to the following: (a)
Preparation of Facility Plans - Acquisition of information required for
conceptual design of facilities which may include, but is not limited
to - (1) evaluation of Mexican wastewater treatment plant conceptual
designs, including collection systems, lift stations, wastewater
treatment processes, wastewater treatment plant siting, and effluent
quality; (2) inventory/evaluaton of collection system, including
hydraulic analysis using existing and projected flows, including
recommendations for alternate collection facilities, modifications of
existing facilities, or new construction; (3) development of wastewater
treatment alternatives, including the use of low cost, low technology
and low maintenance options to achieve effluent quality which meets
federal, state and local regulatons; (4) development of sludge
processing and disposal alternatives; (5) assessment of pumping needs
and alternatives; (6) development of estimates for existing population
and projection of future growth; (7) sampling, testing and
characterization of domestic and industrial wastewater for
determination of flow, water quality and treatability for the purpose
of developing design criteria for secondary wastewater treatment
facilities; (8) aerial photography and preparation of topographic maps
from aerial photography that provide complete planimetric and
topographic coverage of proposed project area; (9)
inventory/identification of industries that might adversely affect
wastewater treatment operations or collection systems; recommendations
for industrial pretreatment; (b) Preparation of Socio-Economic Studies
- Assessment of existing and future general area conditions, future
land use, population forecasts, and economic projections; (c)
Preparation of Financial Analyses - Studies of loan repayment
capability of the community, development of financial alternatives,
development/evaluation of sewer rates, and development of operation and
maintenance and replacement cost estimates; (d) Environmental
Evaluation - Evaluation of existing and future significant
environmental conditions and environmental impacts of all alternatives
considered in the facility planning process; (e) Design Services - The
A/E contractors shall provide the full range of design services for the
projects under these contracts, including but not limited to
preparation of construction plans, specifications, and cost estimates
for all phases of design from conceptual to final, as determined to be
necessary by the USIBWC; (f) Construction Assistance Services - Review
of shop drawings and other construction contractor submittals, review
of requests for changes and/or deviations, responding to questions
during construction, provision for training, preparation of the draft
and final operations and maintenance manuals, performing value
engineering reviews, preparation of record drawings (as-builts), and
inspection services; (g) Start-Up Services - Observation of facility
start-up and operation for a specified period of time after completion
of construction, revisions to the operation and maintenance manual,
specialized assistance provision for operation and maintenance
training, and certification of facility performance; (h) Permitting
Support - Performance of additional engineering analyses, studies,
computations and preparation of drawings necessary to obtain all
required permits for construction and operation of the facility. (i)
Engineering Studies - The A/E contractors shall provide additional
engineering studies and services which the USIBWC determines to be
necessary for the projects under these contracts; such studies and
services may include but are not limited to the following: aerial
photography and mapping, surveying, environmental studies, hydraulic
studies, groundwater and surface water studies and geotechnical
studies; (j) Public Participation/Outreach - Preparation of visual aids
and presentations for public or other meetings and arranging,
advertising, conducting, evaluating, and preparing reports (minutes) of
meetings. Project deliverables shall be provided in both English and
Spanish. A-E Services Evaluation Factors, will be based on the
following criteria in descending order of importance: (1) Specialized
experience and technical competence in the type of work required under
this contract. Evaluation will be based upon specific knowledge and
experience in developing facility plans and designing low
technology-low cost wastewater collection and treatment systems with
high tolerance for industrial constituents, preferably in Mexico. The
evaluation will also be based on capability and experience in working
with Mexican firms; (2) Professional qualifications necessary for
satisfactory performance of work required under this contract.
Evaluation will be based upon experience and qualifications of key
personnel of both the A-E and proposed subcontractors, project
coordination, time and fiscal management skills, and value engineering
processes. Firms must meet registration, licensing, and permit
requirements from Texas and New Mexico. Proposed Mexican subcontractor
must meet all professional registration, licensing, and permit
requirements in Mexico. Firms must have required disciplines and
specialists such as: civil, either in-house or through association with
qualified consultants; (3) Capacity to accomplish the work in the
required time. Evaluation will be based on the firm's present workload
and the availability of the project team, including consultants, for
the specified contract performance period; and past performance in
preparing a facility plan within 9-12 months' time; (4) Past
performance on contracts with government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedules; (5) Location in the general geographic area of
the project and knowledge of the international locality of the project
including natural and artificial features, provided that application
of this criterion leaves an appropriate number of qualified firms,
given the nature and size of the project(s). (6) Specialized experience
and technical competence in construction assistance services, start-up
services, and permitting support. This procurement is open to all
businesses, regardless of size (unrestricted). If a large business is
selected for a contract, it must comply with FAR 52.219-9, regarding
the requirement for a subcontracting plan on that part of the work it
intends to subcontract. The subcontracting goal for each contract is a
minimum of 8% to be placed with Disadvantaged Businesses Enterprises,
Minority Business Enterprises, Women-Owned Business Enterprises,
and/or Historically Black Colleges and Universities. Each contract
awarded will require the Government to order services priced at not
less than $10,000 per year. All A-E firms who meet the requirements
described in this announcement are invited to submit Standard Forms
(SFs) 254, Architect-Engineer and Related Services Questionnaire, and
255 Architect-Engineer and Related Services Questionnaire for Specific
Project (November 1992 Editions), to the office shown above. SF 254s
and 255s must also be submitted for all proposed subcontractors. Six
(6) copies of the SFs 254 and 255 shall be submitted. The SF 255 must
clearly indicate the office location where the work will be performed
and the qualifications of the individuals and subcontractors proposed
to work on the contract and their geographical location. The SF 255
should also address the firm's capability to perform all services. The
award of any resultant contracts are subject to fund availability. The
SF 254 and 255 must be received in this office no later than 3:30 p.m.,
Mountain Standard Time, on the 30th calendar day after the date of
appearance of this announcement in the Commerce Business Daily (CBD).
Should the due date fall on a weekend or holiday, the SF 254s and 255s
will be due on the first workday thereafter. Phone calls and personal
visits are discouraged. Administrative and procedural questions shall
be directed to Pamela Ahrens or Debra J. Little at (915) 534-6694.
This is not a request for proposal. (117) Loren Data Corp. http://www.ld.com (SYN# 0026 19950502\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|