|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 5,1998 PSA#2045US Army Core of Engineers, Dist New Orleans, PO Box 60267, New Orleans,
LA 70160 C -- INSTRUMENTATION AND EVALUATION PROGRAM WITHIN THE LIMITS OF THE
NEW ORLEANS DISTRICT SOL DACW29-98-R-0013 POC Contract Specialist,
Eileen Upton, 504-862-1996 1. CONTRACT INFORMATION: A-E services are
required for an instrumentation and evaluation program contract within
the limits of the New Orleans District. A one year indefinite quanity
task order contract NTE $300,000, base period, with two option periods
NTE $300,000 is scheduled for award in or around October 1998. 2.
PROJECT INFORMATION: Work will consist of: (1) surveying specific
features of civil works structures to include locks, pumping stations,
floodgates, control structures, drainage structures, floodwalls,
channels and bridges;(2) preparation of instrumentation evaluation
reports (to include an evaluation of instrumentation data and site
visits); (3) CADD drafting service in support of the instrumentation
program; and (4) instrumentation surveys to include hydrographic,
overbank, horizontal distances, control and piezometer readings. Firms
must indicate their capability of utilizing Global Positioning Systems
(GPS) and total stations with a data collector system. Office
assignments include computing and compiling the above types of surveys,
CADD drafting and report preparation. 3. SELECTION CRITERIA: The
selection criteria are listed below in order of precedence (first by
major criterion and then by each sub-criterion). Criteria 1-7 are
primary. Criteria 8-10 are secondary and will only be used as "tie
Breakers" among technically equal firms. (1) Specialized experience and
technical competence in the type of work required (to include firm and
key personnel). (2) Capacity to accomplish the work in the required
time. Firms must have at least the following personnel: one
professional registered civil engineer and one geotechnical engineer or
one professional registered civil engineer with geotechnical
experience, two 4-person survey parties, one GPS survey party and one
registered land surveyor. All key personnel and major items of
equipment available for project assignment must be listed along with
other pertinent data. (3) Professional qualifications of the personnel
available for the satisfactoryperformance of the required service. (4)
Past performance of Department of Defense (DOD) and other contracts in
terms of cost control, qulaity of work, and compliance with
performance schedules. (5) Knowledge of geographic area of the project.
(6) Safety plan and performance (manhours lost to accidents in the last
100,000 manhours of work by firm). (7) Quality control plan. (8)
Location of the firm in the general geographical area of the New
Orleans District. (9) Extent of participation (measured as a percentage
of total contract) by Small Business, Small Disadvantaged Business,
Historically Black Colleges and Universities, and Minority
Institutions. (10) Volume of DOD Work. To be considered for selection,
firms must clearly idintify in the SF 254 or block 10 of the SF 255
expertise in the types of work cited above, identify capacity to
produce CADD drawings that are fully operational with Bentley
Microstation Version 5.0, identify availability of individuals
qualified by specialized knowledge to evaluate instrumentation data in
the following disciplines: civil and geotechnical engineering,
indentify surveying experience in the types of surveys stated above. 4.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested firms having the capabilities to perform this
work must submit five (5) copies of SF 254 and SF 255 (11/92 editition
for the prime firm and all subcontractors and consultants, to the below
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 the SF 255, Block 3b.
For ACASS information, call 503-326-3459. Address the minimum
personnel and equipment requirements and each of the Selection Criteria
in Block 10 of the SF 255. For criteria (6) and (7), comprehensive
outlines of safety and quality control plans will be satisfactory.
Complete plans will be required after contract award. Safety
performance data (manhours lost) must be submitted, including data for
any subcontractors. For courier deliveries, the physical address is
U.S. Army Engineer District, New Orleans, Foot of Prytania Street, New
Orleans, LA 70118-1030. This is not request for proposal. Refer to
Solicitation No. (0062) Loren Data Corp. http://www.ld.com (SYN# 0015 19980305\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|