Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1995 PSA#1463

Dept. of the Army, St. Paul District Corps of Engineers, 190 Fifth Street E., St. Paul, Minnesota 55101-1638

C -- A-E SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACT FOR GEOTECHNICAL AND HTRW SERVICES SOL SPPEMA52570123 POC Anthony Foster, (612) 290-5415/Contracting Officer, Denise M. McCarthy, (612) 290-5409 CONTRACT INFORMATION: Architect-Engineering services are required for an Indefinite Delivery Type Contract for the primary disciplines of geotechnical engineering, geology, and hydrogeology. Additional disciplines required are civil engineering, industrial hygiene and chemistry. The A-E firm will perform the services under individual delivery orders NTE $150,000 each and NTE a total of $750,000 over a 1-year period. However, the Government obligates itself to obtain no less than $15,000 in services during the period of the contract. The Government may, at its own discretion, extend the contract for an additional 1 year and an additional $750,000. This announcement is open to all businesses regardless of size. The contract is anticipated to be awarded by April 1996. If a large business is selected for this 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 goals for this contract are that a minimum of 60.3% of the contractor's intended subcontract amount be placed with small business (SB), including small disadvantaged businesses (SDB) and women owned businesses (WOB), of which 9.8% be placed with SDB, and 2.9% with WOB. The plan is not required with this submittal. The Corps has requested Service Contract Act wage rates for the following locations; Hennepin, Ramsey, Dakota, Scott, Olmstead and Blue Earth Counties in Minnesota; Cass and Grand Forks Counties in North Dakota; Eau Claire, Milwaukee and Dane Counties in Wisconsin; Clay and St. Louis counties in Missouri; Muscatine County in Iowa; and Cook County in Illinois. Upon request of any interested offeror, the Government will request a Service Contract Act wage determination for other possible places of performance. If you wish the Corps to obtain a Service Contract Act wage determination for a location other than one listed above, you must provide the Corps with a written request for an additional Service Contract Act wage determination within 30 days after the date of this annoucement. That request must contain the state and county where the offeror proposes to perform the work. If you are awarded this contract and the place where you will perform the work is not covered by a Service Contract Act wage determination requested by the Corps and you do not timely request the Corps to obtain an additional Service Contract Act wage determination for your particular place of performance, the Corps will request a Service Contract Wage determination for your particular place of performance and incorporate it into the contract (retroactive to the date of award) with no adjustment in contract price. PROJECT INFORMATION: The work is for civil works projects, military funded projects and support for other agencies and is to be accomplished within the limits of the St. Paul District. The services may include all or part of the following: (1) the full range of geotechnical and geological activities associated with the planning and design of features such as earth dams, levees, channels, breakwaters, highways, and railroads; (2) studies and design of hazardous, toxic and radioactive waste (HTRW) site remediation; (3) studies and modeling of groundwater for non-HTRW projects. The end products will be reports containing engineering and scientific studies, evaluations, and conclusions supported by detailed engineering analyses and computations, along with computer aided preparation of report plates, contract drawings and specifications and construction engineering. Both office work and associated field work for data collection will be involved. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance are: a. Professional capabilities including qualified registered professional personnel in the following disciplines: geotechnical engineering, geology, hydrogeology, civil engineering, industrial hygiene and chemistry. b. Specialized experience and technical competence in (1) the full range of geotechnical activities associated with the planning and design of features such as earth dams, levees, channels, breakwaters, highways, and railroads, including associated structures such as spillways, drop structures, pump stations, gatewells, floodwalls, retaining walls, bridges, and pavements; (2) conducting geologic and geotechnical engineering studies relative to dewatering, seepage, slope stability, bearing capacit, settlement, slope protection, soil and rock anchors, tiebacks, structural foundations (including pile foundations), instrumentation, the design of pavements and geosynthetics, and the selection of earth, asphalt, portland cement and geosynthetic construction materials; (3) studies, investigations, and design of hazardous, toxic, and radioactive waste (HTRW) site remediation, including hydrogeology, groundwater modeling, contaminant transport, treatment technologies, underground storage tanks, geosynthetics applications, geochemistry, industrial hygiene, site safety, local, state and federal regulations, subsurface investigations, sampling, and analytical laboratory testing in areas containing contaminated and/or hazardous materials, soils, and/or groundwater; (4) studies, investigations, and modeling of groundwater for non- HTRW projects, including wellhead protection area delineations, pump tests, regional groundwater modeling, and contaminant transport; (5) computer applications in geotechnical engineering, geology, and hydrogeology, including slope stability (emphasizing the UTEXAS slope stability computer programs with geosynthetic capabilities), finite difference and finite element solutions of two-dimensional and three-dimensional seepage, groundwater, and contaminant transport problems (emphasizing the MODFLOW3D, MT3D, SLAEM, MLAEM, FEMWATER, and Corps of Engineers Groundwater Modeling System computer programs), pile design, sheetpile design, soil-structure interaction, settlement, bearing capacity, and various other geotechnical and geology calculations (emphasizing the Corps of Engineers Geotechnical Engineering computer programs); (6) quality management. The evaluation will consider the management structure; coordination of disciplines, offices and subcontractors; and quality control plans. Required information includes an organization chart of the firm and subcontractors indicating key individuals in the management, performance and review of this contract. Also included, but of lesser importance, are (7) subsurface investigation capabilities for geotechnical and HTRW studies; (8) the full range of geotechnical laboratory testing capabilities; (9) analytical laboratory testing capabilities for HTRW studies; (10) preparation of military mobilization planning documents; (11) CADD. c. Capacity to accomplish four delivery orders with overlapping schedules. d. Past performanc on contracts with respect to cost control, quality of work and compliance with performance schedules. e. Knowledge of cold climate engineering and design. f. Extent of participation of SB, SDB, WOB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated subcontracting effort. g. Location of the firm in the general geographical area of the St. Paul District. h. Volume of DOD contract awards in the last 12 months as described in Note 24. Volume of work for the St. Paul District will also be considered under this factor. The last three factors, minority business, location and volume of DOD work will not be used unless more than one firm is considered highly qualified. Drawings submitted by the contractor are required to be in Intergraph IGDS format compatible with the St. Paul District CADD system. The contractor is not required to work with MicroStation or any other Intergraph software, however, the CADD system used must provide files that the contractor may translate into the Intergraph system. Conversion of design files to IGDS is the sole responsibility of the contractor, and shall be incidental to the submittal process. Drawings produced will conform to all Corps of Engineers and District Cadd drawing and mapping standards including, but not limited to, 3-dimensional placement of translatable graphic elements on specified levels, producing lines with specified weights, colors, styles, and at proper elevation. The SF 255 submitted by the contractor shall delineate clearly the type of CADD equipment, hardware, and software intended for use on this contract, the years of operating experience accumulated on the CADD system, and the translation methods to be used, if translation is required, in order to provide the intended product. The contractor shall provide references to other projects that they have completed using the stated CADD system. SUBMITTAL REQUIREMENTS: Interested A-E firms having the capabilities to perform this work must submit two copies of Standard Form 255 and separate Standard Form 254 for the prime and all consultants/subcontractors) only the 11-92 revised edition of these Standard Forms will be accepted) to the below address not later than close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, te deadline is the close of business of the next business day. A-E firms shall indicate their business size in item 3 of Form 255. Responding firms must indicate the following in Item 10: (1) the number and amount of Department of Defense contracts and the total amount of contracting awarded in the 12 months prior to this notice; (2) include the percentage of the estimated subcontracting amount that would go to SB, SDB, WOB, historically black colleges and universities, and minority institutions; and (3) a description of the firms overall design quality management plan, including management approach, coordination of disciplines and subcontractors, and quality control procedures. Information number of personnel and past job experience provided in the Standard Form 255 shall reference the firm or local office providing the service and all designated subcontractors. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Send responses to Department of the Army, St. Paul District, Corps of Engineers, ATTN: CENCS-CT, 190 5th St. E., St. Paul, Minnesota 55101-1638. See Note 24. For Standard Form information or questions call Mr. Anthony Foster at (612) 290-5415. (Ref. No. SPPEMA52570123). (0300)

Loren Data Corp. http://www.ld.com (SYN# 0020 19951030\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page