Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
SOURCES SOUGHT

Y -- Design/Build - Laurel Fork Campground - Project location map

Notice Date
3/25/2010
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3434-S-10-0008
 
Archive Date
8/31/2010
 
Point of Contact
Mark L. Corse, Phone: 812-277-6863
 
E-Mail Address
mcorse@fs.fed.us
(mcorse@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Location Map The USDA Forest Service has a requirement for two-phase design build at the Monongahela National Forest located on the Greenbrier Ranger District, Randolph County, West Virginia. The project is located approximately 1.5 miles down Forest Road 423. The project includes grading/reshaping and HMA resurfacing of bridge approaches, demolition of existing bridge and the design and construction of a replacement 55Ft bridge. The major work items include site survey, hydraulic analysis, geotechnical investigation, demolition and removal of existing 30ft bridge, design, fabrication and construction of a bridge with a minimum length of 55 feet The purpose of the design is to replace the existing bridge. The existing bridge is a nail-laminated deck supported by 8 X 16 solid-sawn timber stringers. The design shall remove all existing structures and abutments and replace with new structures suitable for the sites. Salvageable materials, such as undamaged stringers are to be delivered to the Forest Service. The resulting solicitation will be a Request for Proposal utilizing the Two-Phase Design-Build Selection Procedures of FAR 36.3. The outcome will be a contract resulting from this solicitation to the responsible offeror whose proposal offers the best value to the Government, price and technical factors considered. All Design Build teams responding during Phase One will be evaluated using the following evaluation criteria: 1) Past experience. The Prime Contractor’s past bridge and/or culvert design and construction experiences shall be shown on similar projects completed over the past five years. Experience is relevant when the offeror has been confronted with the kinds of work or challenges that will be present under the contract contemplated. The offeror will be assessed by the relevant experience on the basis of its breadth and its depth. For each relevant contract or reference, the offeror shall provide a) name and location of the project. b) Contact name and phone number of customer or their agent. c) Whether the offeror was the prime contractor or a subcontractor. d) List of subcontractors and suppliers used. d) Brief description of project and e) the work performed on each project. 2) Past performance. Experience is relevant when the offeror has satisfied performance factors with customers in the past and complied with Federal, State, and local laws and regulations. The assessment of past performance will be subjective, and based mainly on the offeror’s reputation with their customers and others. Previous references will be contacted for information regarding their opinion on the following: a) capability, efficiency and effectiveness. b) Performance conformed to the terms and conditions of the contract. c) Reasonableness and cooperation during performance. d) Commitment to quality work and timely completion. Offerors with no past performance will be rated as “Neutral” in this category and not necessarily be rejected. 3) Staffing. Provide names and titles of key personnel to be assigned to the project, i.e. Design Engineer, Structural Engineer, Project manager, Project Superintendent, project Foreman, and Quality Control Inspector. The key personnel shall be shown in an organization chart relative to each person’s role. Indicate the qualifications of key personnel listed, showing at a minimum their experience and education. 4) Quality Control and Quality Assurance Plan. Submit a proposed quality control and quality assurance plan for the project, which shall include a minimum all testing and inspections required in the contract. The quality control and quality assurance plan shall also include, but not be limited to, all supplier and plant inspection companies, including their responsibilities. 5) Project approach: Team interactions between the owner, designers and construction staff shall be explained to demonstrate the advantages the design-build process to the project. Sufficient project data shall be provided in order for the government to evaluate the feasibility and acceptability of the contractors approach when weighed against the criteria identified in the project scope of work. Information should include a narrative discussion along with conceptual sketches. As a minimum the following information should be included; 1) Type of superstructure being considered, materials, treatments, etc.; b) Foundation type being considered; c) Approximate Structure length; and d) Method of water control during construction and 6): Project Schedule. A proposed schedule shall be included with the offer which shall include, but not be limited to, submission of 35% review, 95% review and final design, construction startup and schedule. The highest rated offerors from Phase One will be selected to submit Phase Two proposals. The competitive range will not exceed five unless the Contracting Officer determines that a number greater than five is in the government’s best interest. The Government will notify those offerors that did not make the competitive range and will not be considered for further evaluations. Those firms making the competitive range will be sent a Request for Proposal and evaluated to determine best value on the following factors: 1) Past experience (same as phase I). 2) Past performance (same as phase I) 3) Staffing (same as phase I). 4) Quality control and quality assurance plan (same as phase I) 5) Project schedule (same as phase I). 6) Conceptual site plans and designs. 7) Sustainability and 8) Price Proposal. The Government reserves the right to negotiate with any or all offers or award without discussion and negotiations on this phase of the solicitation to the offeror submitting the best value. Cost for submission of price and technical proposals will not be compensated. The total estimated budget for this entire project is between $250,000 and 500,000. This requirement is 100% set aside for small business. Any questions in response to this announcement should be directed to Mark Corse, 812-277-6863. Phase I proposals are to be submitted to: USDA FS, Ohio River Shared Procurement Cluster c/o Allegheny National Forest, 4 Farm Colony Drive, Warren, PA 16365, Attn: Mark Corse. Proposals are due for this phase I at 4:00 P.M. Eastern Time on Tuesday April 27, 2010 at USDA FS, Ohio River Shared Procurement Cluster c/o Allegheny National Forest, 4 Farm Colony Drive, Warren, PA 16365, Attn: Mark Corse.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3434-S-10-0008/listing.html)
 
Place of Performance
Address: Randolph County, West Virginia, United States
 
Record
SN02102671-W 20100327/100325235057-e3c875651bf996de1d4f36ad2108dff4 (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.