Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 27, 2001 PSA #2902
SOLICITATIONS

C -- EVALUATION AND DESIGN OF WASTEWATER TREATMENT PLANT HEADWORKS, GARY, INDIANA, POC

Notice Date
July 25, 2001
Contracting Office
U.S. Army Engineer District, Chicago, Corps of Engineers, 111 North Canal Street, Chicago, Illinois 60606-7206
ZIP Code
60606-7206
Point of Contact
For Contractual Information contact Katherine L. McClendon, (312)353-6400 X1701, For Technical Information contact Beldon McPheron, (312)353-6400 X1813
Description
1. CONTRACT INFORMATION: A-E services are required for site investigation, planning, engineering studies, conceptual design, and final design for the subject project. 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 Oct 2001 and design completed by Sept 2002. 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 the Chicago District which will be considered in the negotiation of this contract are: (1) at least 61.4% 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 at least 5.0% of a contractor's intended subcontract amount be placed with WOSB. The plan is not required with this submittal. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr2000.com or by contracting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The Gary Sanitary District's 1998 Facilities Plan identifies a new headworks facility project, including an equalization basin for the wastewater treatment plant. Its average daily dry weather design flow is 60 million gallons per day, and its projected wet weather peak hourly flow is approximately 210 million gallons per day. This project includes the development of an alternative design report followed by the development of plans and specifications for the selected alternative. At a minimum, the new headworks will be comprised of trash rack/bar screen/grit removal processes, combined sewage pumping, structures (buildings and foundations), power distribution and telemetry control systems including SCADA, process piping, sewer relocation, equalization basin(s), and all associated appurtances and equipment. Field investigation (surveying, peak flow measurements, and geotechnical investigations) and hydraulic modeling (using XP SWMM or compatible software) will be needed to support the development of alternatives. This project includes the development of an independent estimate of construction costs. The estimated construction cost of this project is more than $10,000,000. 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. The contractor shall be responsible for accomplishing designs and preparing drawings using computer-aided design and drafting (CADD) and delivering the drawings in Bentley MicroStation 95 CADD software, Windows NT version, electronic digital format. Reports and specifications shall be prepared following Corps of Engineers guidance and shall be delivered in Microsoft Word, Windows NT version, electronic format. The Government will only accept the final product for full use, without conversion or reformatting, in the target software format. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in: (1) The design of wastewater treatment plant headworks facilities for wastewater treatment plants with an average dry weather design flow capacity of at least 60 million gallons per day and a peak hourly flow capacity of 210 million gallons per day. (2) Headworks design that include trash racks, screens, and grit removal process design, pump sizing and the design of pumping stations, and equalization basin sizing and design, including building design, foundation design, piping and sewer system design, power installation design, and telemetric (telemetry/ SCADA) control system design. (3) Hydraulic/hydrologic modeling for peak storm water flow estimating, pump sizing and selection, equalization basin design, with screening, grit removal, and mixing process, and design for combined sewer system overflow elimination /reduction. (4) The preparation of contract documents, including plans and specifications according to U.S.A.C.E. guidance. (5) Construction cost estimating and preparation of estimates using MSCACES or similar automated software. b. Qualified personnel in the following key disciplines: project management (architect or engineer), civil engineer, environmental engineer, structural engineer, electrical engineer, hydraulic engineer, mechanical engineer, geotechnical engineer, surveying. The lead architect or engineer in each discipline must be registered to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. c. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to submit the design alternatives by Jan 2002 and to complete the plans and specifications by Sept 2002. 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. e. Knowledge of wastewater treatment plant headworks designs for Midwestern Great Lakes discharge communities with combined sewer systems similar in size and operation to the Gary Sanitary District. f. 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. g. Volume of DoD contract awards in the last 12 months as described in Note 24. h. Proximity to Gary, Indiana. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit four copies of SF 255 (11/92 edition) and four copies of SF 254 (11/92 edition) for the prime firm and all 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 the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-808-4594. In SF 255, Block 10 describe the firm's overall DQMP. A project-specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages are not provided. This is not a request for proposal.
Record
Loren Data Corp. 20010727/CSOL004.HTM (W-206 SN50T014)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 25, 2001 by Loren Data Corp. -- info@ld.com