Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 16,1998 PSA#2243

USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896

C -- DESIGN OF THE MODERNIZATION OF THE WATER TREATMENT PLANT FORT LEAVENWORTH, KANSAS SOL DACA41-99-R-0007 DUE 011499 POC Contract Specialist Chad Wagner 816-983-3836 (Site Code DACW41) CONTRACT INFORMATION: A-E services are required for the site investigation, planning, engineering studies, cost estimates, concept and final design and construction phase services (option) for the Modernization of the Water Treatment Plant at Fort Leavenworth, Kansas. This announcement is open to all businesses regardless of size. A firm-fixed price contract will be negotiated. The contract is anticipated to be awarded in March 1999, with design completed in October 1999. 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 of the Kansas City District are: (1) at least 61.2% of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 9.1% of a contractor's intended subcontract amount be placed with SDB; and (3) at least 4.5% of a contractor's intended subcontract amount be placed with WOSB. The plan is not required with this submittal. PROJECT INFORMATION: Modernize existing 6 million gallons per day water treatment plant. Project includes installation of additional pumping storage for wells and construction of a flood-proof well and well house; flow meter; replace motors and install by-pass lines; construct a first page rapid mix tank; and convert settling basins to flocculation basins. Erect a new effluent flow channel and install a solids contact clarifier. Convert secondary mixing basin to a recarbonation basin and install a rapid mix chamber. Repair concrete beams and walkways on secondary settling basins and install a backwash storage tank. Construct a chemical feed building addition and install new equipment. Relocate chlorine storage building and construct a loading dock. Replace chemical feeders and storage units. Replace high service pumps and meter. Reroute sanitary wastewater lines and install a wastewater containment tank. Construct a sludge press building addition and install a storage tank, press equipment, pumps and force main. Construct a control room inside the existing building and replace the existing control panel. Repair tile and wall cracks and install vibration isolators for equipment. Install steam heating system and replace piping distribution system. Provide 12.5 ton self-contained air conditioning unit. Install exhaust fans in the restrooms and sandblasting room, and dehumidification in the pipe gallery. Supporting facilities include sewer main, fencing and fence relocation, paving, and site improvements. Design of additional work or ancillary work required to ensure complete operability and maintainability of the plant during and after construction will be required as necessary. Lead, asbestos or other hazardous materials typically encountered during renovations will also be addressed by this project. Access for the handicapped will be provided. Extensive construction phasing will be required as part of the design effort to maintain plant operations throughout construction. The estimated construction cost per project is between $5,000,000.00 and $10,000,000.00. Cost estimates must be prepared using the Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES). MCACES software will be provided by the Corps. Plans will be done in AutoCad. Plans and specifications will be provided in a format suitable for electronic bidding purposes (.PDF format for specifications and .CALS format for plants) in addition to standard word processing (Word) and CADD (AutoCad) formats. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-d are primary. Criteria e-g are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in: (1) Design of water treatment plant modernization. (2) Preparation of phased construction plans to maintain water treatment plant operations during construction. (3) Surveying, testing, and qualifying asbestos or lead-containing material during building renovations, and preparation of plans and specifications for removal and disposal of asbestos or lead-containing material. (4) Producing quality designs based on evaluation of a firm's design quality control plan (QCP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant consultants on similar projects. (5) Specific knowledge of local conditions and project site features. b. Qualified registered professional personnel in the following key disciplines: project management, architecture, water treatment process engineering, structural, mechanical, electrical, and civil engineering, and certified industrial hygienist. The evaluation will consider education, training, registration, overall andrelevant experience. c. Capacity to initiate design and complete within the time parameters of the project. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. d. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Proximity to Fort Leavenworth, Kansas. g. Volume of DOD contracts awarded in the last 12 months to the prime A-E firm as described in Note 24. SUBMITTAL REQUIREMENTS. See Note 24 for general submission requirements. Interested firms have the capabilities to perform this work must submit an SF 255 (11/92) to the address listed below no later than close of business (4:00 PM Kansas City time) on the 14 January 1999. Copies of the SF 254 (11/92) for the prime firm and all consultants shall be included with the SF 255. Include the firm's ACASS number in SF 255 block 3b. Each firm/consultant listed within the SF 255 must have a current Sf 254 (submitted with the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. In SF 255, Block 8, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 4 shall be so labeled. In SF 255, Block 10, describe the firm's overall QCP. A project specific QCP must be prepared and approved by the government as a condition of contract award, but is not required with this submission. Solicitation packages are not provided. This is not a request for proposal. Submit responses to : U.S. Army Engineer District, Kansas City, ATTN: CENWKCT-C/Murray, 757 Federal Building, 601E. 12th Street, Kansas City, Missouri 64106-2896. QUESTIONS: Questions of a technical nature may be addressed to Christine Hendzlik at 816-983-3269 and those of a contractual nature to Chad Wagner at 816-983-3836. Posted 12/14/98 (I-SN280065). (0348)

Loren Data Corp. http://www.ld.com (SYN# 0014 19981216\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page