Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1996 PSA#1663

US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX 2946, PORTLAND OR 97208-2946

C -- A/E IDTC FOR HYDRAULIC ENGINEERING DESIGN SERVICES SOL DACW57-96-R-0037 DUE 092496 POC Contract Specialist GAIL SCHULTZ (503) 326-4078 (Site Code DACW57) CONTRACT INFORMATION. Hydraulic engineering design services are required for various projects within the boundaries or assignments of the Portland District. An A/E Indefinite Delivery type contract for $750,000 will be awarded, with a base period of one year and an option period of one year. Delivery orders will not exceed $750,000. This announcement is open to all businesses regardless of size. 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. Minimum target goals are as follows: 60.3% of planned subcontracting dollars should be placed with small business concerns, 9.8% of those planned dollars should be placed with those small business concerns owned and controlled by socially and economically disadvantaged individuals and 2.9% of those dollars should be placed with those small business concerns owned or controlled by women. Estimated contract award will be April 1997. PROJECT INFORMATION. Typical services to be provided will include hydraulic design and analysis of fishery bypass structures related to juvenile and adult passage on the Columbia and Willamette Rivers; preparation of design documents; preparation of cost estimates and construction schedules; and on-site investigation and analysis related to civil works projects. Selected firms must be able to produce engineer plates on a CADD system in Intergraph MicroStation Version 5.0 or DXF format and provide design drawings fully compatible with Portland District's Intergraph CADD system. A list of equipment or proposed conversion software must be contained in the firms package so that compatibility can be verified. Cost estimates will be required in Corps of Engineers Micro-Computer Aided Cost Estimating System (MCASES). SELECTION CRITERIA. Selection criteria for this project will be based upon the following, listed in descending order of importance (first by major criterion and then be each sub-criterion). Criteria a-f are primary, criteria g-i are secondary, used only as ''tie breakers'' among technically equal firms. a. Specialized experience and technical competence in hydraulic engineering design. Experience must have been performed within the last five years. (1) Specialized experience and technical competence relative to the following areas: (a) Hydraulic design of migrant fish facilities, high head dam facilities, navigation facilities; (b) Performance of hydraulic model and prototype testing studies; (c) Procurement and interpretation of hydrosurvey data obtained from stilling basins and waterway channels; (d) Performance of Acoustic Doppler current profiler data collection, processing and interpretation of river velocities and flows around structures. (2) Specialized experience and technical competence relative to the typical services anticipated as described above in paragraph 2. b. Professional qualifications of personnel to be assigned to the project. Evaluation will consider education, training, registration, and longevity of relevant experience. Personnel provided for these services must be professional engineers with experience in hydraulic design. Cost Engineers will have completed MCASES basic and advanced training courses or have demonstrated advanced level ability on previous MCACES projects. The following disciplines will be evaluated (minimum number to be evaluated shown in brackets to right of each discipline: (1) Project Manager (1); (2) Hydraulic Engineer (3); (3) Structural Engineer (1); (4) Fishery Engineer/Biologist (1); (5) Cost Estimator (1); (6) CADD Technician (2). c. Ability to meet CADD requirements as specified above. d. Design Quality Assurance: (1) Description of quality control processes used by the firm. (2) Description of management approach firm would use on this contract if successful offeror. Should address coordination of disciplines and subcontractors, and include organizational chart showing inter-relationship of management and design team components. e. Past performance on contracts with government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. f. Current workload and capacity of firm to accomplish required services on schedule. Firm should estimate volume of work anticipated during the life of this contract, and percentage of resources available to perform the services required under this contract, including the ability to accomplish multiple delivery orders simultaneously. g. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of total estimated effort. h. General geographical location of firm with regard to other firms and Portland District. i. Volume of DOD contract awards within the last 12 months. 4. SUBMISSION REQUIREMENTS. Interested A/E firms having the capability to perform this work must submit one copy of SF 254 (11/92 edition) and SF 255 (11/92 edition) for the prime firm and all consultants, to the above address not later than close of business on the 30th day after the date of this announcement. If the 30th date is a Saturday, Sunday, or Federal Holiday, the dealine is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. Direct technical questions to Jim Stow, (503) 32-6407. Direct administrative questions to Gail Schultz, (503) 326-4078. This is not a request for proposal. Solicitation packages are not provided. Reference DACW57-96-R-0037. SIC 8711 (0232)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960820\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page