SOLICITATION NOTICE
C -- Design of facility to include a recreational whitewater course for kayaking, canoeing, and rafting as well as improved public access to the river, formal fishing opportunities, fish passage features, and other leisure recreational activities.
- Notice Date
- 11/19/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Engineer District, St. Paul - Civil Works, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- DACW37-03-R-0004
- Archive Date
- 2/17/2003
- Point of Contact
- Laird Draves, 651-290-5421
- E-Mail Address
-
Email your questions to US Engineer District, St. Paul - Civil Works
(laird.c.draves@mvp02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E serv ices are required for preparation of (1) contract drawings and specifications, (2) fair and reasonable estimate for construction costs, (3) construction engineering services, including shop drawing review, field inspection providing engineering advice duri ng construction, and O&M Manual, and preparation of as-built drawings for the Mississippi Whitewater Park, Minneapolis, Minnesota. The North American Industrial Classification System Code is 541330. The small business size standard under this code is $4, 000,000 in average annual receipts. This announcement utilizes full and open competition. No portion of this effort is set-aside. A firm-fixed-price completion type contract will be awarded as a result of this announcement. It is anticipated that t he contract will be awarded by May 2003 and completed by December 2005. 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 subcontr act. The subcontracting goals for the St. Paul District which will be considered in the negotiation of this contract are: (1) At least 61.4 % of a contractor?s intended subcontract amount be placed with small businesses (SB); (2) at least 9.1% of a contr actor?s intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 5.0% of a contractor?s intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 3.0% of a contractor?s intended subcontract amount be placed with service-disabled veteran-owned SB: (5) at least 3.0% of a contractor?s intended subcontract amount be placed with veteran-owned SB; and (6) at least 3.0% of a contractor?s intended subcontract amount be placed with HUBZone SB. The plan is n ot required with this submittal, but will be required with the cost proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Intern et site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The major project features could include a concrete and boulder lined whitewater channel and recreation facility on the left (descending) bank of the Mississippi River, adjacent to the U.S. Army Corps of Engineers Lower St. Anthony Lock and Dam in Minneapolis, Minnesota. The channel would be approximately 2,100 feet long and approximately 40 feet wide. The channel wou ld flow parallel to the Mississippi River main stem within an urban recreation park setting. The facility would include a recreational whitewater course for kayaking, canoeing, and rafting as well as improved public access to the river, formal fishing opp ortunities, fish passage features, and other leisure recreational activities. Other major project features include an access road and walkways, utility relocations (water, sanitary sewer, storm sewer, electric, gas, cable), excavations and dredging, bank stabilization, support building, safety features, and landscaping. The channel would include hydraulic and structural features, including channel inlet and outlet works, gate house, closure structures, pedestrian bridges, specialized hydraulic features as sociated with a recreational whitewater course, fish passage, and associated work. The estimated construction cost is between $15 million and $20 million. Services to be provided include (1) Preparation of final designs. (2) Preparation of drawings usin g computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in Bentley?s MicroStation software, release 5.x or higher, Windows 95 or greater or Windows NT platform. Drawings must be in compliance with A/E/C CADD Standards. Drawings must be delivered in CALS format for Electronic Bid Set (EBS). The Government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The target platform is a personal computer, with a Windows 95 or greater or Windows NT operating system. The SF255 submitted by the contractor shall clearl y delineate the type of CADD equipment, hardware and software, intended for use on this contract, and the year of operating experience accumulated on the CADD system. (3) Preparation of quantity take-offs and MCACES cost estimates; (4) Preparation of EBS , which includes drawings in CALS format and specifications in PDF format; (5) Construction engineering services including shop drawing review, contract modifications, engineering advice during construction, field inspection. (6) As-built drawings and op erations and maintenance manuals. (7) SpecsIntact SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are prim ary. Criteria f-h are secondary and will only be used as ?tie-breakers? among firms that are essentially technically equal. a. Specialized experience and technical competence in: (1) PROJECT INFORMATION. The scope of work for this effort will involve the following: (2) Design of hydraulic structures. (3) Design of earthen and concrete structures and erosion protection measures. (4) Design of recreational whitewater courses/parks. (5) Physical hydraulic modeling. (6) CADD. (7) Quality Management. (8) Preparation of Electronic Bid Set (EBS), which includes drawings in CALS format and specifications in PDF Format. The evaluation will consider the management structure; coordination of disciplines, offices and subcontractors; and quality control plan s. b. Professional capabilities including qualified registered personnel in the following key disciplines: Structural, geotechnical, civil, hydraulic, specification, cost engineering, surveying, mechanical, electrical engineering, architecture, fishery b iology, wildlife biology and landscape architecture. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. c. Past performance on DoD and other contracts with respec t to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to prepare the plans and specifications within 14 months. e. Knowledge of the Mississippi River, or similar river, in cluding cold climate engineering, design and construction. f. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the tota l estimated effort. g. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. h. Location of the firm in the general geographi cal area of the St. Paul District. The last three factors, minority business, location and volume of DoD work, are of equal value and will not be used unless more than one firm is considered highly qualified. SUBMISSION REQUIREMENTS: Interested firms h aving the capabilities to perform this work must submit three copies of SF255 (11/92 edition), and three copies of SF254 (11/92 edition) for the prime firm and all consultants, including that for physical hydraulic modeling, to the above address not later than 4:00 PM Central Standard Time 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 and business size in SF255, Block 3b. For ACASS information, call 503-808-4590. Responding firms must indicate the following on Item 10 of Form 255: (1) The dollar amo unt of Department of Defense contracts and total dollar amount of contracting awarded in the 12 months prior to this notice; (2) Include the percentage of the estimated subcontracting amount that would go to SB, SDB, WOB, historically black colleges and un iversities, and minority institutions; (3) A description of the firm?s overall design quality management plan, including management approach, coordination of disciplines and subcontractors, and quality control procedures. (4) An organization chart of th e key personnel to be assigned to the project. Facsimile transmissions will not be accepted. Solicitation packages are not provided. Please send all submissions concerning this effort to the Contracting Officer, Laird C. Draves. This is not a request f or proposal.
- Place of Performance
- Address: US Engineer District, St. Paul - Civil Works Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
- Zip Code: 55101-1638
- Country: US
- Zip Code: 55101-1638
- Record
- SN00207583-W 20021121/021119213445 (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 |