Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2005 FBO #1207
SOLICITATION NOTICE

R -- Value Engineering Services

Notice Date
3/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-05-Q-0014
 
Response Due
3/31/2005
 
Archive Date
4/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Request For Quotation DTFH70-05-Q-0014 is being issued by Federal Highway Administration?s Simplified Acquisitions Department with the intent to procure Value Engineering Services; Western Federal Lands Highway Division (WFLHD) of the Federal Highway Administration (FHWA) is proposing to issue a Commercial Item procurement for completion of a Value Analysis of a roadway design and construction project for the Mission Ridge Road Forest Highway Project. WFLHD is developing this project in partnership with the USDA Forest Service (USFS), the Washington State Department of Transportation (WSDOT), and the Chelan County Department of Public Works; This will be a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12 the acquisitions of commercial items in conjunction with the policies and procedures for solicitation evaluation and award as prescribed in FAR Part 13.106; this announcement constitutes the only notice and a written solicitation will not be issued; the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27; it is the contractors responsibility to be familiar with applicable clauses and provisions; FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), this contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text; Provisions and Clauses can be viewed and/or downloaded from http://www.arnet.gov.far/ Contractor will submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Jan 2005) ( along with their quotation); Quotations must be received no later than 4pm Pacific Standard Time, March 31, 2005. Paper copies will not be available; you may fax your quote with any supporting data, to (360) 619-7855; FAR Contract Terms that apply to this acquisition; FAR 52.212-1, Instructions to Offerors, incorporated by reference; FAR 52.212-3, Full Text, Offeror Representations and Certification, Commercial Items (Jan 2005); FAR 215-5 Facsimile Proposals; incorporated by reference; FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2003), incorporated by reference; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items;(Jan 2005); Contractor shall comply with the following clauses which are incorporated by reference: FAR 52.233-3, Protest after Award; FAR 52.232-33 Payments by Electronic Funds Transfer, Central Contractor Registration (Oct 2003);FAR 52.222-3, Convict Labor (June 2004); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, (June 2004); FAR 52.222-21, Prohibition of Segregated Facilities< (Feb 1999); FAR 52.222-26, Equal Opportunity, (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001); FAR 52.22 2-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); the estimated price range for the services will be > than $25,000. < $100,000; This RFQ will be 100% set-a-side for small business; all firms responding must be registered with Central Contractor Registration (CCR) (website: http://www.ccr.gov/) or be registered prior to receiving award: (888-227-2433); Once this combined synopsis/solicitation is posted it is incumbent upon the interested parties to review this site for any updates/amendments to any and all documents; The North American Industry System Code is 541330 with a size standard $4mil; The project is located within the Wenatchee National Forest in Chelan County, in central Washington. The project begins at the beginning of Mission Ridge Road and ends at the Mission Ridge Ski Area, a total distance of 4.15 miles. The objectives of the value engineering study are: To identify changes to the project design to better accomplish the essential functions of the project for the lowest cost. To focus on all items or recommendations the value team considers having potential for significant cost savings and project efficiency. To consider any issues that would provide environmental savings or improvements to the project implementation. The availability of the consulting firm to provide a SAVE-certified Value Specialist will be a minimum requirement for selection. The experience of the consultant team with similar projects will be major determinants in the selection of the consultant. The professional credentials of the proposed VE team leader and the proposed VE team members will also be major determinants in the selection of the consultant. The approach to conducting the VE studies and a demonstrated understanding of WFLHD?s need, will also be major determinants in the selection of the consultant, as will the consultant?s and the VE team leader?s past performance as confirmed by previous clients. This will be a firm fixed price project. Pricing should include all costs to complete the project Chelan County, in partnership with the USFS as part of the Forest Highway Program is proposing reconstruction of Mission Ridge Road, WA PFH 216-1(1). The project includes approximately 4.15 miles of reconstruction, realignment, overlay, widening, grading, drainage improvements, base, paving, culvert replacement, retaining wall, signing and striping. This project is located southwest of Wenatchee, WA from the beginning of Mission Ridge Road to the Mission Ridge Ski Area. The project is being designed by Western Federal Lands in cooperation with the USFS and Chelan County. Scope of work, Provide a VE team leader with the minimum qualifications specified and VE team members to plan and conduct the VE study, to assist WFLHD in decisions regarding acceptance of the VE recommendations, and to prepare the study documentation. The work will consist of the following individual tasks: Meet with the WFLHD project manager either in person or by phone, and reach a decision about the details of the VE study. Meet with the WFLHD project manager to review the project and the project issues and reach an agreement regarding the date for the VE workshop and the team members to be provided by the USFS and Chelan County. Prior to the VE workshop accomplish the following activities: Coordinate workshop logistics Review of the design documents and other documents about the project provided by the WFLHD by the VE team leadership and by the VE team members Using project cost estimate information provided by the WFLHD and by the design team, prepare a capital cost model Conduct a validation of the estimated project construction costs Provide a Certified Value Specialist VE team leader to conduct a 40-hour VE workshop. Also provide a VE team assistant to record the activities of the VE team and to provide administrative and clerical support to the VE team during the workshop. Provide VE team members needed for the review of the project, for the number of workshop days identified in the proposal. The workshop will be conducted using a job plan consistent with SAVE International guidelines for value engineering studies. The workshop is to be conducted in Wenatchee, Washington. The room in which to conduct the workshop will be provided by the VE consultant. The VE workshop will consist of the following six phases: Information Phase Function Analysis Phase Creativity Phase Evaluation Phase Development Phase Presentation Phase Following the VE workshop, conduct the following activities: Submit a preliminary VE report, consisting of the workshop work products within three (3) working days of the completion of the VE workshop. Provide the number of copies specified in the task order Review the design team written responses to the preliminary VE report, consult with the VE team members as necessary, and prepare for the decision-making meeting. Attend the decision-making meeting at Western Federal Lands in Vancouver, WA, and provide information to the decision-makers at the meeting relative to the pros and cons of each VE recommendation. Respond to the concerns raised by the design team and others, and assist the Western Federal Lands designer and the Western Federal Lands project manager in reaching decisions about whether to incorporate each VE recommendation into the project design. Prepare one copy of a draft, typed final report within five (5) working days following the decision-making meeting, which documents the entire VE study, including the decisions made. Make appropriate revisions to the typed final report based on comments from the VE project manager, and provide three copies within ten (10) working days following receipt of comments from the designer and project manager. Materials to be supplied by WFLHD-Project Description and Project Checklist Accident Data Preliminary Plans and Estimate * Preliminary Cross?sections Estimated Pavement Design Geotechnical Slope Recommendations in addition to a preliminary geotechnical report Approximate Wall Locations Project Proposal Project Agreement Abbreviated Project Inventory Report Draft Final Resource Report Historic Property Inventory Report Preliminary Wetlands Finding Report Preliminary Public Involvement Summary Map of Project Location *The Preliminary Estimate is for official use only and shall not be distributed beyond the VES Team or used for purposes other than this VES. Because of the timing issues and that the project may be under snow at the time of the study, WFLHD will provide additional photographs of the project at the request of the selected consultant. Report Documents - The Summary Report should be submitted electronically (on CD) to WFLHD at the completion of the presentation. The CD should also contain an electronic copy of the presentation. Schedule ? the project milestone dates are ? Proposals Due ? March 31, 2005 Proposal Evaluation ? April 7, 2005 Conduct the value study workshop no later than May 13, 2005 Complete the Post VE Study deliverables ? June 30, 2005 The VE team shall, as a minimum, include the following (identify based on project requirements): VE Team Leader Highway Engineer Drainage Engineer Geotechnical Engineer Environmental Specialist Cost Estimator In addition ? The USFS and Chelan County will each provide one full-time team member. Submittal Requirements; Proposal packages shall be no more than 15 pages in length, not including covers, a one-page cover letter, or resumes and standard company brochures included in the proposal appendix. Use of Form 330 is optional but the form in its self can provide all the information requested. (disregarding the level of effort being Architect/Engineer) Proposals shall provide the following information, at a minimum: Firm background Approach to conducting value engineering on this project Qualifications of value engineering team leader Qualifications of value engineering team members Similar previous experience References Three (3) copies of the proposal shall be submitted to the following address no later than 4 pm, local time on March 31, 2005: Patricia Mahurin, Simplified Acquisitions Western Federal Lands 510 East Fifth Street Vancouver, WA 98661-3801 Place of Contract PerformanceAddress/City/StateFederal Highway Administration Questions regarding the submittal procedures should be directed to Patricia Mahurin at 360-619-7594. Questions about the technical aspects of the project should be directed to Kirk Loftsgaarden at 360?619?7512. No verbal information provided to proposers will in any way change the requirements or provisions of this Request For Quotation. Any changes to the RFQ will be made in writing in the form of an addendum, and will be sent to all interested firms. Proposals received after the date and time specified without required documentation may not be considered. Award will be made on a ?Best Value? basis considering experience, capability, past performance and price always being a factor. Award may not necessarily be made to the contractor submitting the lowest price or to the contractor with the highest past performance rating. Award will be based on the following selection criteria being the most advantageous to the Government. Payment will be made at the contract price upon receipt of a properly completed invoice for the actual work performed. An in-house committee will evaluate all proposals. The proposals will be evaluated on the basis of the following criteria: Criterion Weight Approach 25% VE Team Leader Qualifications 20% VE Team Member Qualifications 20% Applicability of Previous project Experience 15% Previous Performance (based on references) 10% Cost 10% WFLHD reserves the right to reject any and or all proposals. Project Description: Mission Ridge Road provides recreational access to the Wenatchee National Forest and residential access to a local subdivision. The road during the ski season has as many as 1500 vehicles per day. The existing roadway width ranges from 22' to 32' in width. The road would be widened, drainage structures added, replaced or repaired, guardrail would be added, slow-moving vehicle lanes evaluated and cut and fill slopes would be stabilized. The design speed for the proposed road would be 35 miles per hour, but the majority of the curves would remain as originally constructed. The preferred alternative for this project basically follows the existing alignment. Approximately 50% of the curves have a design speed of less than 35 mph, but additional safety measures would be included to improve the design over the existing conditions. The purpose of the project is to improve the safety of the roadway, provide snow storage for winter plowing operations and improve the roadway for future maintenance operations. Approximately eight crashes per year are reported, and recently there have been fatalities on the road. The road currently climbs a series of switchback curves and is narrow with steep side slopes in many locations. Many of these steep side slopes are not currently protected by guardrail. Under the preferred alternative, the road would be reconstructed to a width of 28 feet and partially realigned to achieve more of the AASHTO minimum safety standards for rural collectors in mountainous terrain. The desired design speed can be achieved on approximately 50 % of the roadway; however, appropriate design speed cannot be achieved on the remaining curves due to the steep existing grades (7 % average), cost, and physical and environmental constraints (stream crossings, switchback type curves, wetlands, and wildlife habitat). Some of the substandard curves cannot feasibly be straightened because the resulting roadway segment would have grades that exceed the AASHTO-recommended maximum of 12 %. Some would not be corrected because of the exorbitant cost of moving massive quantities of earth and rock and/or disturbing habitat, such as streams and also due to potential impacts to local landowners. All minor culverts would be replaced for this alternative. The culvert at Squilchuck Creek would be retrofit to better accommodate potential fish passage and the culverts at Miners Run Creek would also be retrofit if fish passage is necessary. As part of the culvert improvements, some of the slopes at the stream crossing would be flattened and drainage flowing into the streams would be controlled to minimize erosion and the amount of sediment flowing into the stream. For the purpose of discussion, the project corridor is divided into the two segments. One segment is restricted by homes adjacent to the roadway and the other segment is restricted by private landowners, in addition to environmental concerns. The segments are as follows: Lower segment ? from the beginning of the project to Miners Run Creek (MP 0.0 to MP 1.3) Upper segment ? from Miners Run Creek to the Mission Ridge Ski Area entrance (MP 1.3 to MP 4.15). The other difference between the two segments is that in the summer, the majority of the traffic will exit the road at or prior to Beehive Reservoir Road (MP 1.2) and the upper segment is generally used only by local traffic traveling to the ski area. Lower Segment ? Beginning to Miners Run Creek (Mileposts 0.0 to 1.3) For the lower segment, the preferred alignment basically stays on the existing roadway with some minor curve realignment but generally within the framework of the existing road. The new roadway is slightly shifted one direction or another to try to improve the geometry. Near milepost 0.5, there is an existing large cut slope on the south side of the roadway. In the preferred alternative, the roadway at this location would be shifted to the north to allow additional room for rock fall. The roadway in this segment would require retaining wall on the north side to accommodate the shift, and to minimize the disturbance. The lower segment of the preferred alternative travels mostly among land with homes located immediately adjacent to the roadway. The impacts to these properties and homes were considered in the design for the roadway in this segment. Upper Segment ? Miners Run Creek to End of Project (Mileposts 1.3 to 4.15) This segment of the roadway continues to travel through private property but also travels through some USFS property toward the end of the project. The private property in this segment does not contain any homes but the landowners remain a consideration in the design. For the upper segment, the alternative departs from the existing alignment in one location (MP 2.6). This curve has been modified to shift the roadway further away from Squilchuck Creek. The proposed curve realignment does not achieve the desired minimum AASHTO design speed; however, it would result in a substantial improvement over existing conditions. A design exception would be required, and the remaining curves would need improvements in super elevation rates and the installation of proper warning signs, upgraded pavement markings, and safety devices. The shift would minimize sediment plowed into the stream due to the increase in proximity of the roadway to the stream. In the upper segment there are several switchback-type curves with minimal distance between the roadways in the switchback areas. In the preferred alternative many of these locations would require retaining walls to provide sufficient room for a widened pavement surface and safety improvements. Additionally in this segment, there are slopes that have slump areas and steep rock cuts that have stabilized since the original construction. In these areas, the alignment would shift away from the existing cut slopes to minimize disturbance and the risk of future slides. The shift would result in retaining walls on the fill slope side of the roadway to avoid long fill slopes and considerable disturbance. Additional Widening: A slow moving vehicle pullout is planned near milepost 1.5 on the west side of the roadway. The pullout will be approximately 300' long and would serve as both a pullout and snow storage area. Items of concern: The currently designed alignment is 28' in width with a considerable amount of mechanically stabilized earth retaining wall. The width and the amount of retaining walls have a direct correlation to the overall cost of the project. These items should be carefully considered.
 
Place of Performance
Address: Federal Highway Administration, 610 East Fifth Street, Vancouver, WA
Zip Code: 98661
Country: USA
 
Record
SN00768946-W 20050317/050315212132 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.