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