|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,1996 PSA#1621SOUTHWESTNAVFACENGCOM (Code 0211), 1220 Pacific Highway, San Diego, CA
92132-5187 C -- INDEFINITE QUANTITY CONTRACT FOR BRIDGE MAINTENANCE INSPECTION
SERVICES AND RELATED SPECIALIZED INSPECTIONS AT VARIOUS LOCATIONS IN
CA, OR, WA, AK, ID, MT, UT, NV, AZ, AND NM SOL N68711-96-D-2185 DUE
072696 POC Cassey Sheppard/Contract Specialist, (619) 532-1198, Nancy
Trent/Contracting Officer, (619) 532-2853. Indefinite Quantity/Firm
Fixed Price. Architect Engineer services are required for specialized
bridge maintenance inspections at various locations in the western
United States and Alaska. Required services include: initial, routine,
damage, in-depth, special and underwater inspections of bridges as
required by the Code of Federal Regulations Title 23 Chapter 1 Section
650 Subpart C, scour evaluations for bridges, load rating of bridges,
ultrasonic testing to evaluate the structural integrity of steel
structural bridge members, evaluation of induced current and
sacrificial anode cathodic protection systems on submerged structures,
original bridge maintenance reports, supplemental bridge maintenance
reports, preparation of structural calculations, preparation of cost
estimates, and preparation of step II, and 1391 documentation for
funding approval. The length of the contract will be 365 days from the
date of the contract award or until the $500,000 limit is reached.
After the first 365 days, the Government has the option to extend this
contract for an additional 365 days or until an additional $500,000 is
reached. If the Government exercises the option to extend the contract,
the total amount of the contract shall not exceed $1,000,000. No one
project will exceed $200,000. The minimum contract amount will be
$25,000. The estimated start date is September 1996. A/E selection
criteria will include (in descending order of importance): (1) Recent
specialized experience of the firm and/or proposed consultants in:
conducting structural maintenance inspections, condition evaluation and
reporting, the structural design of concrete, steel and wood bridge
structures, load rating of bridges, identification and evaluation of
the effects of corrosion and fatigue cracking in steel structural
members, identification and evaluation of flexural and shear cracking
in concrete structural members, identification of common parasites in
wood structural members, and conducting underwater inspections of wood
concrete and steel structures. Do not list more than a total of 10
projects in block 8. Include point of contact name and phone number in
block 8c for each project listed. Indicate which consultants from the
proposed team, if any, participated in the projects listed. (2)
Professional qualifications and capabilities of the staff to be
assigned to this contract in: conducting structural maintenance
inspections, condition evaluation and reporting, the structural design
of concrete, steel and wood bridge structures, load rating of bridges,
identification and evaluation of the effects of corrosion and fatigue
cracking in steel structural members, identification and evaluation of
flexural and shear cracking in concrete structural members,
identification of common parasites in wood structural members, and
conducting underwater inspections of wood concrete and steel
structures. Working knowledge of the team members to be assigned to
this project with the requirements of the AASHTO Manual for Maintenance
Inspections of Bridges. List only the team members who will actually
perform major tasks under this contract. (3) Past performance on
contracts with government agencies and private industry in terms of
cost control, quality of work and compliance with performance
schedules. Indicate by briefly describing internal quality assurance
and cost control procedures and indicate team members who are
responsible for monitoring these processes. List recent awards,
commendations and other performance evaluations (do not submit copies).
(4) Location in the general geographic area of the project and
knowledge of the locality of the project, provided that the application
of this criterion leaves an appropriate number of firms given the
nature and size of this project. (5) Capacity to accomplish the work in
the required time. Indicate the firms present workload and the
availability of the project team (including consultants) for the
specified contract performance period and indicate specialized
equipment available and prior security clearances. (6) List the small
or disadvantaged or woman- owned business firms used as primary
consultants or as subconsultants. If a large business concern is
selected for this contract, they will be required to submit a
subcontracting plan that should reflect a minimum 5% Small
Disadvantaged Business of the amount to be subcontracted out. Those
firms which meet the requirements described in this announcement and
wish to be considered, must submit one copy each of a SF 254 and a SF
255 for the firm and a SF 254 for each consultant listed in block 6 of
the firms SF 255. One copy of the submittal package is to be received
in this office no later than 3:00 P.M. Pacific Time on the due date
indicated above. Should the due date fall on a weekend or holiday, the
submittal package will be due the first workday there after.
Submittals received after this date and time will not be considered.
Additional information requested of applying firms: indicate
solicitation number in block 2b, CEC (Contractor Establishment Code)
and/or Duns number (for the address listed in block 3) and TIN number
in block 3, telefax number (if any) in block 3a and discuss why the
firm is especially qualified based on the selection criteria in block
10 of the SF 255. For firms applying with multiple offices, indicate
the office which completed each of the projects listed in block 8 and
list which office is under contract for any contracts listed in block
9. Use block 10 of the SF 255 to provide any additional information
desired. Personal interviews may not be scheduled prior to selection of
the most highly qualified firm. SF 255's shall not exceed 30 printed
pages (double sided is two pages/organizational charts and photographs
excluded, exception: photographs with text will be considered as a
page). All information must be included on the SF 255 (cover letter,
other attachments and pages in excess of the 30 page limit will not be
included in the evaluation process). Firms not providing the requested
information in the format (i.e. listing more than a total of 10
projects in block 8, not providing a brief description of the quality
control plan, not listing which office of multiple office firms
completed projects listed in block 8, etc.) directed by this synopsis
may be negatively evaluated under selection criteria (3). Firms, their
subsidiaries or affiliates, which design or prepare specifications for
a construction contract or procurement of supplies cannot provide the
construction or supplies. This limitation also applies to subsidiaries
and affiliates of the firm. This is not a request for proposal.
Telegraphic and facsimile SF 255's will not be accepted. Site visits
will not be arranged during the submittal period. See Numbered Note(s):
24. (0171) Loren Data Corp. http://www.ld.com (SYN# 0015 19960620\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|