Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

C -- Architect and Engineering Services, Comite River Diversion Project, East Baton Rouge Parish between Zachary and Baker, LA, New Orleans District, Corps of Engineers

Notice Date
8/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New Orleans-Civil Works, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
DACW29-02-R-0024
 
Response Due
9/27/2002
 
Point of Contact
Julie Jackson, 504-862-1450
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans-Civil Works
(Julie.L.Jackson@mvn02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA GENERAL DESIGN SUPPORT SERVICES SOLICITATION POC Sally Leingang, Contract Specialist, 504/862-1665 1. CONTRACT INFORMATION: A-E services are required for one (1) and possibly two (2) firm fixed price contracts for engineering services to perform design calculations, prepare plans and prepare specifications for bridges that are a part of the Comite River Diversion Project located in East Baton Rouge Parish between Zachary and Baker, Louisiana. One firm fixed price contract will be awarded for one highway bridge at Hwy. 61 along with one railroad bridge for the Kansas City Southern railroad. The other fi rm fixed price contract may be awarded for one highway bridge at Hwy. 19 along with one railroad bridge for the Canadian National Illinois Central Railroad (formerly Illinois Central Gulf railroad). The firm fixed price contract(s) are scheduled for negoti ation and award during the 2nd quarter of FY 2003. This acquisition is unrestricted. The NAICS Code is 541330 and Business Size is 4 million dollars. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requir ement for a subcontracting plan for work it plans to subcontract. The plan is not required with this submittal. 2. PROJECT INFORMATION: (1) The work will involve investigations, comparisons, analysis, design computation documents, construction quantity estimating, specification preparation, plan preparation, and CADD drafting for the engineering documents, plans and specifications. (2) The work will involve the following disciplines: Structural, Civil, Geotechnical, Traffic Engineering, Bridge Engineering, Mechanical, Electrical, Cost Engineering and Surveying. (3) The work will consist of the following: provide engi neering services for the design of bridges for certain highways and railroads where those facilities will be crossed by the Comite River Diversion (Channel) Project. This will involve investigations, studies, analysis, design, technical writing, and CADD drafting for design reports, plans and specifications, right-of-way drawings, and engineering during construction. The work will also include performing surveys to locate features and develop topographic maps, geotechnical investigations including borings , coordination of (temporary and permanent) utility relocations with owners/local utility companies; and designs and engineering during construction, such as review of submittals, change orders, etc. Highway bridges and the associated temporary bypasses w ill be designed in accordance with AASHTO and LaDOTD latest criteria. The railroad bridges and the associated temporary bypasses (shooflys) are to be designed in accordance with latest current standards of the respective railroad. The work will also requi re coordination with the LaDOTD and the respective railroad during the design of the project and the engineering during construction. 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 techn ically 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, with particular emphasis on past experience in the design o f single span prestressed concrete/steel bridges for both LaDOTD and railroads, as well as local utility coordination. (2) Professional qualifications of the key design personnel available to work on this contract in the following disciplines: Structural E ngineering, Civil Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering and Surveying; (3) Capacity (personnel and equipment) to perform the work in the required time; produce specifications in Word 2000, a higher version of Word or another system converted to Word 2000 format so tha t are fully operational and no additional work is required in Word 2000, produce CADD drawings in the MicroStation 95 format or another system converted to MicroStation 95 format so that are fully operational and no additional work is required in MicroStat ion 95; perform soil borings and soil testing and analysis; perform surveys; and provide the following minimum design personnel: two professional structural engineers registered in the State of Louisiana, two professional civil engineers registered in the State of Louisiana, one professional geotechnical engineer registered in the State of Louisiana, one professional mechanical engineer registered in the State of Louisiana, one professional electrical engineer registered in the State of Louisiana, one profe ssional surveyor registered in the State of Louisiana and two CADD technicians. (4) Knowledge of environmental and geographic conditions for designing and constructing in the vicinity of the new Comite River diversion channel. (5) Past performance on Depar tment of Defense, letters of recommendation and commendation for other contracts with respect to cost control, quality of work and compliance with performance schedules and LaDOTD Highway Bridge ratings. (6) Location of the design firm in the geographical area of the Baton Rouge, Louisiana area. (7) Extent of participation of small businesses, small disadvantaged businesses, women-owned businesses, HUBZone small business, historically black colleges and universities, and minority institutions on the propose d 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 (1/92 edition) for the prime firm and all subcontractors and c onsultants to the address below not later than the close of business on the 30th day after the date of a Federal holiday, the deadline is the close of business of the next business day. In Block 10 of SF 255, include an organizational chart, the use of sub contractors or consultants and an outline that describes the prime firm?s design quality control plan, including coordination of subcontractors and consultants. Include the firm?s DUNS number and ACASS number in SF 255, Block 3b. For ACASS information, cal l (503) 808-4594. All respondents shall be registered in CCR (Central Contractors Registration ? www.ccr.gov. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, CEMVN-CT-W, Attn: Sal ly Leingang, Foot of Prytania Street, New Orleans, LA 70118-1030. Solicitation packages are not provided. This is not a request for proposal. SPONSOR: US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New Orleans, LA 70160
 
Place of Performance
Address: US Army Engineer District, New Orleans-Civil Works ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00152440-W 20020830/020828214043 (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.