|
COMMERCE BUSINESS DAILY ISSUE OF june 1,1995 PSA#1358U.S. Army Corps of Engineers, 600 Dr. Martin Luther King, Jr., Place,
Room 821, Louisville, Kentucky 40201-2230 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF A RAILROAD CONNECTOR AT
FT. CAMPBELL, KENTUCKY POC Contact Mrs. Mary A. Raymundo (502)582-6352
1. CONTRACT INFORMATION: The proposed services will be obtained by a
negotiated Firm Fixed Price Contract. The project is expected to start
January 1996 and be completed by December 1996. The construction cost
is greater than $10,000,000. Before award of this contract, the firm
(if a large business concern) shall be required to present an
acceptable Small Business and Small Disadvantaged Business
Subcontracting Plan in accordance with Public Law 95-507. To meet the
current subcontracting goals, 69% of the total subcontracted dollars
must go to small business firms, 6.3% must go to small disadvantaged
business firms, and 2.9% must go to woman-owned firms. The plan is not
required with this submittal. 2. PROJECT INFORMATION: This project
requires the development of construction plans and specifications for
a railroad connector located near Ft. Campbell, Kentucky. 3. SELECTION
CRITERIA: See Note 24 for general selection process information. The
selection criteria in descending order of importance (first by major
criterion and then by each sub-criterion are listed below. Criteria a-d
are primary and e-g are secondary: a. Expertise in Civil, Sanitary,
Hydraulic, Geotech, Structural (independent of Civil), Mechanical, and
Electrical Engineering; Geology; Surveying; and Hydrology is required.
A designer and checker in each specified field of engineering are
necessary with at least one in each field professionally registered.
Only resumes identifying the professionalism and specialized experience
of the design group are necessary. Other available personnel may be
specified in paragraph 10 of SF 255. b. The A/E must demonstrate
experience in the development of plans, specifications, and
construction cost estimates for the design of railroads. The A/E must
demonstrate construction cost estimating experience using
Micro-Computer Aided Cost Estimating System (M-CACES) software
(software and database will be furnished). Specifications must be
electronically developed using Corps of Engineers Guide Specifications
(CEGS). Drawing development may be by any CADD system but submittals
must be in accurately translated Intergraph Microstation format unless
otherwise specified. Specialized experience with complete railroad
design, access roads, general site grading, and utility relocation must
be indicated in the SF 255. c. Capacity to complete the work in the
required time. d. Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. A formalized project specific Quality Control
(QC) Plan must be prepared and submitted identifying the process that
the prime firm and consultants will follow to produce a design that is
free of errors and omissions. The QC plan will be considered as part
of the evaluation factor relating to past experience. e. Geographical
location and knowledge of the locality of the project. f. Volume of DOD
contract awards in the last 12 months as described in Note 24. Extent
of participation of SB, SDB, historically black colleges and
universities, and minority institutions in the proposed contract team,
measured as a percentage of the estimated effort. 4. SUBMITTAL
REQUIREMENTS: a.) See Note 24 for general submission requirements.
Firms which are interested and meet the requirements described in this
announcement are invited to submit one completed SF 255 (Revision
11-92), U.S. Government A/E and Related Services for Specific Projects
to the office shown above. SF 255 (Revision 10-83) is obsolete and
only the 11-92 edition of SF 255 will be accepted. All responses on SF
255 to this announcement must be received no later than 4:30 pm Local
Time on the 30th calendar day after the date of this publication to be
considered for selection. The day following this CBD announcement
counts as day number 1. If the 30th day falls on Saturday, Sunday or a
U.S. Gov't holiday, the deadline is the close of business on the next
Gov't business day. b.) It is requested that interested firms list the
fee amount and date of all DOD contracts awarded during the last 12
months to the firm and all subsidiaries in Block 9 of the SF 255. c.)
Responding firms must submit a current and accurate SF 254 for each
proposed consultant. Additionally all responding firms which do not
have a current (within past 12 months) SF 254 on file with the North
Pacific Division, Corps of Engineers must also furnish a completed SF
254. If a SF 254 is included, only the 11-92 edition of the form will
be accepted. The business size status (large, small and/or minority)
should be indicated in Block 3 of SF 255. Definition: A concern is
small if its annual receipts averaged over the past 3 fiscal years do
not exceed $2.5 million. d.) No other information including pamphlets
or booklets is requested or required. e.) No other general notification
to firms under consideration for this project will be made and no
further action is required. This is not a request for proposals.
(0150) Loren Data Corp. http://www.ld.com (SYN# 0019 19950531\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|