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