Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2006 FBO #1531
SOLICITATION NOTICE

C -- Cumberland Riverfront Project, US Army Corps of Engineers, Nashville District, Nashville, TN

Notice Date
2/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-06-R-0004
 
Response Due
3/3/2006
 
Archive Date
5/2/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Nashville District intends to issue a Lump Sum Fixed Price CONTRACT FOR PLANNING AND DESIGN SERVICES, Nashville, TN. The NAICS code for this solicitation will be 541330. The SIC Code will be 8711. Contract Information Groups with prime-sub relationships or joint ventures will be considered as well as firms having all disciplines in-house. Responding groups or firms must have demonstrated competence, creativity and experience in urban planning and waterfront redevelopme nt with an emphasis on urban revitalization, historic preservation, park/recreation planning and water use and access in an urban setting. The estimated cost of this phase of the project is less than $325,000. It is anticipated to be awarded in May 2006. Project Information The project includes completion of Phase II of the Nashville Riverfront Redevelopment Master Plan. It will consist of preparation of a Conceptual Development Plan (CDP) for riverfront redevelopment on each side of the three miles of the Cumberland River i n downtown Nashville. (The project area is defined by Rolling Mill Hill to Metro Center on the west bank and Shelby Park to the I-65 bridge on the east bank.) It will build on publicly-defined expectations for the study area established through a series of public meetings held in the first phase of the project, Phase I Visioning, which has been completed. The CDP will provide detailed inventory and analysis of existing conditions and develop detailed concepts based on those findings for the Nashville river front. The CDP will address issues related to ecosystem restoration, shoreline preservation, critical view shed preservation, public water access, land use/zoning, economic redevelopment, and creating an attractive, lively riverfront unique to the Nashville conte xt. The CDP will detail amenities and activities for public enjoyment and appreciation of the Cumberland River and include recommendations for specific public and private development within the study area linked to the riverfront and surrounding residentia l areas by pedestrian-friendly corridors and connections. Recommendations regarding development guidelines, land acquisition strategies, and available or potential funding sources are also sought. The CDP will build upon and be consistent with riverfront goals and concepts established in the 2005 Plan of Nashville, 2002 Parks & Greenways Master Plan, and the illustrative concept of the riverfront prepared by Wallace, Roberts & Todd for the Metropolitan Government (all are available at www.civicdesigncenter .org/riverfront). The CDP will recommend priority projects and phases for riverfront redevelopment; provide general cost estimates for the phases; and, provide schematic drawings for a minimum of two site-specific highest priority areas of the plan. These areas should repre sent a public or public/private development opportunity that may serve as the initial step in implementation of the overall conceptual master plan. Detailed costs should be provided for these sites to allow for proper budgeting for further design developme nt and construction. To continue public involvement, a minimum of two public presentations should be held to convey design ideas at the preliminary and final master plan stages. The preliminary master plan meeting should be for the purposes of soliciting public reaction to the preliminary master plan and gaining additional public input for incorporation into the final master plan. A final public presentation of the master plan concept for the riverfront should be held complete with probable cost estimates and phasing recommenda tions. Firms and/or teams interested in responding to this Request for Qualifications are invited to attend an informational meeting on Thursday, February 16, 2006 from 9:30 to 11:30 a.m. at the Nashville Civic Design Center located at 138 Second Avenue North, Su ite 106, Nashville, Tennessee 37201. The purpose of the meeting is to introduce potential respondents to Nashville and the project. Questions from attendees will be answered and a guided tour of the riverfront provided during the session. Attendance at the meeting will have no effect on the Qualifications eval uation process. A summary of the meeting will be available upon request if interested firms or teams are not able to attend. Information about the Phase I Visioning project as well as the Plan of Nashville can be seen on the web at www.civicdesigncenter.or g/riverfront. Selection Criteria See Note 24 for the general A-E selection process. The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f is secondary and will only be used as a tie-breaker among technically equal firms. (a) Specialized experience, technical competence and design creativity of the prime firm and any subcontractors in creating master plans and in riverfront/waterfront redevelopment in urban areas. Additional evaluation factors will include knowledge of riv erfront redevelopment in urban areas similar to Nashville, TN (i.e. relationship of the city to the river, topography, past and present uses of the river as an economic center, attraction to the riverfront by residents and tourists, etc.). List the project manager and key personnel for each example project. (b) Professional qualifications of the key project management and technical personnel to be assigned to the contract and their specific responsibilities on this project. Evaluation factors will include education, relevant experience and registration of th ese personnel. (c) Knowledge of local and regional visioning and planning efforts and the effectiveness of the proposed management structure, including any prior working relationship between a prime firm and any subcontractors. (d) Capacity and demonstrated capability to develop the methodology and timeline for performing work of the required type in no more than a seven (7) month period. (e) Past performance on waterfront and urban planning projects with Government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. (f) Extent of participation of small businesses and small disadvantaged businesses, including women-owned and minority-owned enterprises, in the proposed contract team, measured as a percentage of the total estimated effort. Submission Requirements See Note 24 for general submission requirements. Interested firms having the capacity to perform this work must admit three copies of an up-to-date and accurate SF 330 for the prime and all sub-consultants by close of business on the 30th day after the da te of this announcement. Firms submitting SF 330 by the closing date will be considered for the work. No other general notification to firms under consideration for this work will be made, and no further action is required. Include the firms ACASS numb er in submittal. For ACASS information, call 503-808-4590. Solicitation packages are not provided. For SF 330s being submitted by Express Mail, the delivery address is: US Army Corps of Engineers, ATTN: Kristal Jones, CELRN-CT, Room A604, 110 Ninth Aven ue South, Nashville, TN 37203. For contractual questions pertaining to this solicitation, contact Kristal Jones, Contract Specialist at (615) 736-7916 or by e-mail at Kristal.R.Jones@usace.army.mil. For technical questions pertaining to this solicitation, contact Geneva Hartbarger at (615) 736-7857 or by e-mail at Geneva.Hartbarger@usace.army.mil. This is not a request for Proposal.
 
Place of Performance
Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
Country: US
 
Record
SN00979128-W 20060204/060202212612 (fbodaily.com)
 
Source
FedBizOpps 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.