Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 6,1998 PSA#2130

US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New Orleans, LA 70160

C -- GENERAL DESIGN SUPPORT SERVICES WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT (NOD) SOL DACW29-98-R-0026 POC Betty Knight, Contract Specialist (504) 862-1099, Loretta Castay, Contracting Officer (504) 862-2881 1. CONTRACT INFORMATION: A-E services are required for an indefinite delivery task order contract within the limits of the New Orleans District. A one year indefinite quantity task order contract NTE $1,000,000. base period, with two option periods NTE $1,000,000. each is scheduled for award in or around December 1998. This announcement is open to all businesses regardless of size. 2. PROJECT INFORMATION: (1) The work may involve investigations, comparisons, analysis, design, technical writing, and CADD drafting for design reports, feasibility studies, plans and specifications or other engineering documents. (2) The work may involve the following disciplines: Structural, Civil, Geotechnical, Hydraulic, Mechanical, Electrical and Cost Engineering; Architecture, Landscape Architecture and Surveying. (3) The work may involve e new or existing structures: Hydraulic structures such as locks, flood control structures, floodwalls, levees, navigation structures, drainage structures, prestressed and post tensioned concrete structures, pumping station. Marine structures such as bulkheads, dolphins, fenders, guide walls, jetties. Higheay work such as roads, culverts and bridges. Buildings such as warehouses, pump houses, or offices related to same. Related work: Site layout, development of real estate right of way drawings, architectural treatments, and landscaping. Related work: Perform soil borings and soil tests to determine soil properties, pile capacity curves, soil pressures, seepage and dewatering analysis and stability analysis related to the above work. Related work: Perform surveys to locate featurs and develop topographic maps, contour maps, profiles and sections, both land based and hydrographic, related to the above work. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of precedence. Criteria (1) thru (5) are primary. Criteria (6), (7), and (8) are secondary and will be used only as "tie-breakers" among technically equal firms. (1) Specialized experience and technical competence of the firm and its key personnel to perform the services and produce the engineering documents listed in paragraph 2 above. (2) Professional qualifications of the key design personnel available to work on this contract in the following disciplines: Structural Engineering, Civil Engineering, Hydraulic Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering and Cost Engineering; Architecture, Landscape Architecture, Surveying and CADD technology. (3) Capacity (personnel and equipment) to perform the work in the required time; produce CADD drawings in the Intergraph format or another system converted to Intergraph format; perform soil borings and soil testing and analysis; perform land based and hydrographic surveys; and provide the following minimum design personnel; five structural engineers, four civil engineers, one geotechnical engineeer, one cost engineer, one electrical engineer, one mechanical engineer, one architect, one landscape architect, one registered land surveyor and three CADD technicians. (4) Knowqledge of geographic area. (5) past performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work and compliance with performance schedules. (6) Location of the design firm in the general geographical area of the New Orleans District. (7) Extent of participation of small business (SB), including small disadvantaged business (SDB), historically black colleges and universities, and minority institions on the proposed contract team as measured as a percentage of the estimated effort. (8) Volume of DOD contract awards. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms which meet the requirements described in this announcement are invited to submit 5 copies of SF 254 and SF 255 (11/92) edition) for the prime firm and all subcontractors and consultants to the address below not later than the close of business on the 30th day after the date of publication of thisannouncement. If the 30th day is a Saturday, Sunday or a Federal holiday, the deadline is the close of business of the next business day. In Block 10 of the SF 255, include an organizational chart, the use of subcontractors or consultants and describe the firm's design quality control plan, including coordination of subcontractors and consultants. include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call (503) 326-3459. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, CEMVN-CT-T, Attn: Betty Knight, Foot of Prytania Street, New Orleans, LA 70118-1030. Solicitation packages are not provided. This is not a request for proposal. Refer to Solicitation No. DACW29-98-R-0026. Posted 07/01/98. (0182)

Loren Data Corp. http://www.ld.com (SYN# 0023 19980706\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page