COMMERCE BUSINESS DAILY ISSUE OF APRIL 19, 2001 PSA #2833
SOLICITATIONS
C -- BRIDGE INSPECTION AND INCIDENTAL REMEDIAL DESIGN SERVICES, VARIOUS LOCATIONS IN NORTH ATLANTIC DIVISION
- Notice Date
- April 17, 2001
- Contracting Office
- Department of Army, New England District, Corps of Engineers, 696 Virginia Road, Concord, Massachusetts 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- DACW33-01-R-0008
- Point of Contact
- Robert MacDonald, 978-318-8718
- E-Mail Address
- A-E Coordinator (robert.c.macdonald@usace.army.mil)
- Description
- Architect-engineer services for an Indefinite Delivery Indefinite Quantity contract that will provide for the capability to issue a series of task orders not to exceed $250,000.00 each and the total contract is not to exceed $500,000.00 in one calendar year. At the option of the Government, this contract may be extended for two additional one-year periods. Architect-Engineer services are required to perform inspections to determine the physical condition of selected bridges in the inventory of the North Atlantic Division, Corps of Engineers. The primary bridges to be inspected in this contract are the Bourne and Sagamore Highway Bridges spanning the Cape Cod Canal at Bourne, Massachusetts. Other bridges in the inventory are located at various Corps projects, and range from larger (> 100 feet) built-up steel girder bridges over spillways and connecting Dam Crests to Control Towers, to smaller concrete or steel bridges within project reservoir areas. The Bourne and Sagamore Bridges are three span continuous truss bridges, both with a considerable portion of the 616-foot center span over 100 feet above deck level and with a 135-foot vertical clearance over the canal. Use of aerial lifts, free climbing, rigging, or combination thereof, will be required to access most areas of the structures involved. Inspection of the above-deck arch portions of both the Bourne and Sagamore Bridges will require a method of access that does not require any traffic control, specifically free climbing. In most instances, a "Routine Inspection", as described in the American Association of State Highway and Transportation Official's Manual for Condition Evaluation of Bridges, will be the level of inspection required. However, on certain structures "Initial" or "In-depth" inspections may be required. Underwater inspections may also be required. Draft inspection reports generally will be required within 30 days after completion of physical inspection; final inspection reports generally will be required within 14 days from receipt of draft report comments. See Note 24 for general Selection Criteria. Other criteria which must be satisfied, in descending order of importance, include: Firms must demonstrate that personnel to be involved in this work meet the required qualifications set forth in the "National Bridge Inspection Standards" as published in the Code of Federal Regulations (23 CFR Part 650), the required qualifications as set forth in U.S. Army Corps of Engineer Regulation, ER 1110-2-111, "Periodic Safety Inspection and Continuing Evaluation of USACE Bridges," and have completed a comprehensive training course based on the "Bridge Inspector's Training Manual 90" from the Federal Highway Administration. More specifically, for each project the Bridge Inspection team shall consist of a minimum of an Engineer-in-Charge for that project, Field Inspection Team Leaders, and an approved number of Bridge Technical Specialists. The Engineer-in-Charge and Team Leaders must be registered professional structural engineers in addition to having completed the cited training course. Bridge Technical Specialists must either have a Bachelor of Science Degree in Civil Engineering, or be a Civil Engineering Technician, both with a minimum of three years of basic bridge inspection experience. The firm must demonstrate specialized experience and technical competence in inspection, bridge rehabilitation work and the preparation of load rating computations for major structures such as the Bourne and Sagamore Bridges. Specifically, the firm shall have successfully completed a minimum of three inspections and reports on bridges including the following features: Steel truss bridges of total length greater than 1000 feet; Steel truss bridges of which the lowest element of the superstructure is at least 100 feet above a body of water; Steel truss bridges with an extensive number of fracture critical elements such as Steel Strand Suspender Cables, Upper Chords, Lower Chords, Diagonals, etc., and extensive fatigue sensitive details as defined by the American Association of State Highway and Transportation Officials (AASHTO). The firm shall employ a sufficient number of trained personnel capable of free climbing steel structures to perform a hands-on inspection without disruption of traffic flow. Sufficient capacity to perform work -- the firm shall have the following minimum staffing beyond Engineer-in-Charge to perform and complete work assignments in a timely manner: Two team leaders with minimum qualifications as described above; A combination of 6 engineers and technicians with minimum qualifications as Bridge Technical Specialists as described above, at least three of whom shall be engineers. Submission Requirements: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants (note that SF 255s are not required for consultants) to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include ACASS number in Section 2b of the SF 255. Call the ACASS Center at 503-808-4591 to obtain a number if you don't already have one. In Section 10 of the SF 255, describe the firm's overall design quality management plan, including management approach, coordination of disciplines and subcontractors, and quality control procedures. Solicitation packages are not provided. This is not a request for proposal. For further information about this contract, please e-mail the Corps' POC at robert.c.macdonald@usace.army.mil.
- Record
- Loren Data Corp. 20010419/CSOL005.HTM (W-107 SN50J4E7)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on April 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|