Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF september 25,1995 PSA#1438

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

C -- A/E INDEFINITE-DELIVERY TYPE CONTRACT FOR HYDRAULIC ENGINEERING DESIGN SERVICES SOL DACW57-95-R-0049 DUE 101695 POC Contract Specialist WANDA FERRIS (503) 326-5816 (Site Code DACW57) 1. CONTRACT INFORMATION: Hydraulic engineering design services are required for various projects within the boundaries or assignments of the Portland District. An A-E indefinite delivery-type contract for $750,000 will be awarded, with a base period of one year and an option of one year. Delivery orders will not exceed $150,000. 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. Subcontracting goals for this contract are that a minimum of 60.3% of the proposed subcontracting amount be placed with small business (SB), including small disadvantaged business (SDB), 9.8% be placed with SDB, and 2.9% be placed with small women-owned business. Estimated contract award will be April 1996. 2. PROJECT INFORMATION: Typical services to be provided will include hydraulic design and analysis of fishery bypass structures related to juvenile and adult passage on the Columbia and Willamette Rivers; preparation of design documents; preparation of cost estimates and construction schedules; and on-site investigation and analysis related to civil works projects. Selected firm must be able to produce engineering plates on a CADD system in Intergraph MicroStation Version 5.0 or DXF format and provide design and drawings fully compatible with Portland District Intergraph CADD system. A list of equipment or proposed conversion software must be contained in the firms package so that compatibility can be verified. Cost estimates will be required in Corps of Engineers Micro-Computer Aided Cost Estimating System (MCASES). 3. SELECTION CRITERIA: Selection criteria for this project will be based upon the following, listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-f are primary, Criteria g-i are secondary, used only as ''tie-breakers''. a. Specialized experience and technical competence in hydraulic engineering design. Experience must have been performed within the last five years. (1) Specialized experience and technical competence relative to the following areas:(a) Hydraulic design of migrant fish facilities, high head dam facilities, navigation facilities; (b) Hydraulic design of navigation channels; (c) Procurement and interpretation of hydrosurvey data obtained from stilling basins and waterway channels; (d) Procurement of Acoustic Doppler current profiler data collection, processing and interpretation of river velocities and flows around structures. (2) Specialized experience and technical competence relative to the typical services anticipated as described above. b. Professional qualifications of personnel to be assigned to project. Evaluation will consider education, training, registration, and longevity of relevant experience. Personnel provided for these services must be professional engineers with experience in hydraulic design. Cost Engineers will have completed MCACES basic and advanced training courses or have demonstrate advanced level ability on previous MCACES projects. The following disciplines will be evaluated (minimum number to be evaluation shown in brackets to right of each of the discipline: (1) Project Manager (1); (2) Hydraulic Engineer (3); (3) Structural Engineer (1); (4) Fishery Engineer/Biologist (2); (5) Cost Estimator (1); (6) CADD Technician (2). c. Ability to meet CADD requirements as specified above. d. Design Quality Assurance: (1) Description of quality control processes used by he firm. (2) Description of manpower approach firm would use on this contract if successful offeror. Includes organizational chart showing inter-relationship of management and design team components. e. Past performance of contracts with government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. f. Current workload and capacity of firm to accomplish required services on schedule. Firm should estimate volume of work anticipated during life of this contract, and percentage of resources available to perform required services. g. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as percentage of total estimated effort. h. General geographical location of firm with regard to other firms and Portland District. i. Volume of DOD contract awards in last 12 months. 4. SUBMISSION REQUIREMENTS: Interested A-E Firms having the capability to perform this work must submit one copy of SF 24 and SF 255 for prime and all consultants, to above address no later than close 4:00 p.m. local time on the date indicated above. Include the firm's ACASS number in SF 255, Block 3b. Direct technical questions to Jim Stow, (503) 326-6407. Direct administrative questions to Wanda Ferris (503) 326-5816. This is not a request for proposal. Reference DACW57-95-R-0049. SIC 8711.(0264)

Loren Data Corp. http://www.ld.com (SYN# 0023 19950922\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page