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