Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOLICITATION NOTICE

B -- Indefinite Delivery-type (Structural/Civil Engineering) Contract to conduct inspections,reports of in-service Bridges at varous locations throughout the North Atlantic Division.

Notice Date
5/6/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACA31-02-R-0036
 
Response Due
6/3/2002
 
Archive Date
7/3/2002
 
Point of Contact
Dolly Tokasz, 410-962-3953
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(dolly.tokasz@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: A-E services are required at various Military and Civil Works installations throughout the North Atlantic Division. Contract will be for a base period not to exceed 12 months and two option periods. The amount of work in each c ontract period will not exceed $1,000,000. An option period may be exercised when the contract amounts for the base period or preceding option period has been exhausted or nearly exhausted. Each delivery order of the contract will be firm fixed price. T his announcement is open to all businesses regardless of size. The anticipated award is October 2002. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 60% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with s mall disadvantaged businesses (SBD), including Historically Black Colleges and Universities or Minority Institutions, and 8% with women Owned Small Businesses (WOSB) 3% Hubzone Small Businesses, 3% Service Disabled Veteran and 3% for Veteran-owned Small Bu siness. The plan is not required with this submittal. 2. PROJECT INFORMATION: 1) conduct initial, routine, in-depth and damage inspections of in-service bridges, establish or update the structural inventory and appraisal data required by the Federal Hig hways Administration (FHWA) using the US Army Corps of Engineers? Bridge Inventory System (CEBIS); conduct scour evaluation and analysis, determine civilian and military load capacity of the structure, and provide in-depth technical reports, management pla ns, economic analysis, lessons learned reports, and engineering feasibility studies. 2) Provide consultant services in evaluating the design and construction of bridges, dams, locks, and other large hydraulic structures. This includes massive concrete s tructures, pre-stressed concrete, steel structures and components, and sub-structure design. 3) Development of comprehensive sets of standards which apply to these structures on a national and international scale. Develop detailed technical standards fo r design, inspection and evaluation of individual structures. 4) The breadth of projects shall cover conventional design practices and state-of-the-art methods for such areas of analysis of massive concrete structures, prediction of service life for stee l and concrete structures, prediction of service life for steel and concrete structures, development of reliability models, and soil-structure interaction. 5) Related services such as furnishing drawings, specifications, and cost estimates may also be re quired as an option. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selected firm shall have the capability to provide mechanical, electrical, civil, structural, sanitary, geotechnical, foundations, cost and environmental eng ineers; hydrologist, CADD specialist, construction inspectors, and specification writers. At least one civil, one structural and one geotechnical specialist should be a professional engineer. Firms must also have knowledge, training, and experience with bridge inspection and analysis in accordance with the National Bridge Inspection Standards and U.S. Army and U.S. Army Corps of Engineers regulation including underwater inspection and scour analysis. The A-E must have a combined team knowledge and exper ience of structural, geotechnical and hydraulic engineering pertaining to scour evaluation and analysis. The A-E must have experience and knowledge in completing the Structural Inventory and appraisal Sheets for the Federal Highway Administration. Also, selection of the A-E firm for this project will be based on evaluation of the following significant factors in the priority listed: (1) Specialized experience of the firm in evaluation of situations and operations involving bridges, dams, locks, and other hydraulic structures (steel or massive concrete) or substructures. (2) Proposed management plan and organizational chart of the project team to be utilized. T he plan must show the working relationship of all key personnel, by discipline, and name a responsible individual for each. (3) Professional qualifications of the firm?s staff and consultants to be assigned a project. (4) Past experience, if any, of the firm with respect to performance on Department of Defense contracts, or other contracts. (5) Capacity of the firm to accomplish the work. (6) Volume of work previously awarded by the Department of Defense to the firm with the object of effecting an equit able distribution of contracts among qualified Architect-Engineer firms, including minority-owned or small business firms and firms that have not had prior Department of Defense contracts. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission r equirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255. A SF 255 must be submitted for prime and joint ventures and a SF 254 must be submitted for prime, joint ventures, and consultants to the above add ress 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 the next business day. Include the firm?s ACASS number on the S F 255, Block 3B. for ACASS information, call (503) 808-4591. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. Street address: City Crescent Building, Attn: Dolly Tokasz, Room 7200-G, 10 South Howard Stre et, Baltimore MD 21201-2530. Contracting questions can be directed to dolly.tokasz@usace.army.mil. Technical questions should be directed to Mr. Clark Chaleck, 410-962-4069. ?In order to comply with the Debt Collection Improvement Act of 1996, all cont ractors must be registered in the Central contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration, contact: (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6 788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database the web site is http://fedecnavigator.disa.mil.. Additionally, a paper form for registration may be obtained from the DoD Electronic Com merce Information Center at 1-800-334-3414?. Solicitation packages are not provided on this project. This is not a request for a proposal. Do not request a solicitation package for this project. This is strictly Architect Engineering (A-E) (SIC 8711) submittals of the SF254?s and SF 255?s only. Any A-E firm meeting the requirements described in this announcement are invited to submit SF 254?s and SF 255s. Supplemental information requested should be furnished for prime, joint venture(s) and/or consul tants. Be advised that the Baltimore District does not maintain SF 254?s at this office.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00072241-W 20020508/020506213345 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.