Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2013 FBO #4262
SPECIAL NOTICE

C -- Hawaii Architect-Engineering Services

Notice Date
7/24/2013
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, Colorado, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-13-R-00027
 
Archive Date
9/6/2013
 
Point of Contact
Aaron L. Sanford, Phone: 7209633090, Jeremiah B. Rogers, Phone: 7209633090
 
E-Mail Address
aaron.sanford@dot.gov, jeremiah.rogers@dot.gov
(aaron.sanford@dot.gov, jeremiah.rogers@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TYPE OF CONTRACT: Per FAR 5.203(d), Central Federal Lands Highway Division (CFLHD) of the Federal Highway Administration is issuing a Request for Qualifications for architect-engineer (A-E) services in Hawaii. The resulting award will be one Full-Service Indefinite Delivery Indefinite Quantity (IDIQ) contract for one base year with four one-year options and will have a maximum not-to-exceed amount of $10 million. This procurement is being solicited on an unrestricted basis to A-E firms licensed and registered within the state of Hawaii. Professional documents produced under each contract will require a Professional Engineer and/or a Registered Land Surveyor license in the state of Hawaii. The successful firm and subcontractors will be re-evaluated each year to determine award of options to extend the contract for additional years. The contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Task orders may or may not be for a complete project or series of projects. There is no minimum guarantee on the amount of work and task orders to be issued under this contract. The successful firm and subcontractors must comply with Equal Employment Opportunity requirements in accordance with FAR 22.8. A subcontracting plan will be required if the successful firm is a large businesses in accordance with FAR 19.7. The subcontracting plan must show the firms intended use of small business, HUBZone small business, small disadvantaged business, veteran-owned small business, service-disabled veteran-owned small business, and women-owned small business concerns. Subcontracting Plans are not required with submission of SF 330. GENERAL SCOPE OF WORK: This work will be associated with Hawaii Department of Transportation Highways Division (HDOT) projects. The successful firm will balance a strong local presence in Hawaii (either within the firm or through the use of local A-E subcontractors) with the qualifications and technical expertise required for each project or task order. Services to be provided may include activities to accomplish planning and full service engineering support. Highway segments will be designed in accordance with current AASHTO policy, Federal Lands Highway procedures, Federal Lands Highway Project Development and Design Manual with CFLHD supplements, various HDOT standards, criteria and requirements and/or specific project criteria as determined by CFLHD. CFLHD will require U.S. Customary Units (English). Deliverables must be provided in the following formats: GEOPAK© (highway and earthwork design); MicroStation©.DGN file format (plans and drawings); and the current version of Microsoft Office© (word processing, spreadsheet, database, project etc.). Agency coordination, document and report preparation, management of public meetings, and other public/agency involvement may be required. SERVICES REQUIRED UNDER THE CONTRACT: The scope of task orders may include, but are not limited to: (A) Project Management involves the leadership of the program of projects through activities such as close coordination with the CFLHD program director and or project manager, coordination with the Program advisory committee, project management team subconsultants, and external agencies as required. Project management will also involve management of the project scope, schedule, budget, and the QA/QC process as well as involvement and leadership in project decisions that affect the development and delivery of contract documents. (B) Highway engineering and design activities utilizing design principles in performance of tasks such as reconnaissance and conceptual studies; safety reviews, analyses, and studies; value engineering studies; preliminary design and line and grade studies; earthwork estimations; final design; and preparation of plans, specifications, and estimates (PS&E). (C) Environmental planning, engineering and compliance services such as, but not limited to, studies, recommendations, and reports for wetlands, threatened and endangered species, sensitive species, cultural and historical resources, socio-economic effects, hazardous materials, wild and scenic rivers, wildlife and fisheries, noise, visual quality, water quality, air quality, land use, floodplain, environmental justice, cumulative and indirect effects, mitigation for impacts, and interagency coordination of environmental concerns and participation and coordination of public involvement meetings and hearings; preparation of reports and decision making documents required for the National Environmental Protection Act (e.g., categorical exclusions, environmental assessments, environmental impact statements); FHWA Section 106 and Section 4(f) provisions; and Corps of Engineers Section 404 permits,401 certifications and other necessary state and/or county project permits such as NPDES, SCAP, CDUA, SMA, SSV, etc. (D) Geotechnical engineering and design activities such as comprehensive identification of geologic hazards through surface and subsurface investigations; shallow and deep foundation design; retaining wall design; earthwork shrink/swell recommendations; earthwork cut and fill slope recommendations; soil and rock slope stability and excavation methods; erosion survey and mitigation; material source characterization; landslide analyses and mitigation recommendations; instrumentation deployment; and laboratory testing of materials. (E) Bridge and other structural engineering and design activities (e.g., retaining walls, box culverts). (F) Hydraulic and hydrologic engineering and design activities for the determination of roadway surface and topographic drainage including design discharges and water surface profiles; flood plain and scour analyses; culvert and drainage system surveys; culvert and headwall design; and development and preparation of certain permit applications. (G) Surveying and mapping services such as photogrammetric mapping and/or ground surveys; cadastral surveys; bridge site surveys; location and final design topographical surveys; analytical aerial triangulation; digital terrain modeling; and compilation of topographic and planimetric features. (H) Right-of-way and utility services such as preliminary right-of-way studies and boundary compilations; preparation of right-of-way maps and plans, legal descriptions and highway easement deeds; familiarity with the HDOT right-of-way acquisition procedures, requirements and laws; utility research and coordination; and utility conflict resolution and relocation plans and agreements. (I) Support CFLHD led construction administration by performing post design support and review services of construction contractor submitted documents such as, but not limited to; falsework and structures submittals; value engineering proposals; and site visits to perform specialized inspections. (J) Pavement engineering and design activities for the determination of the pavement structural section. Analysis to include traffic counts and classification, boring logs, soil properties and support capabilities, and pavement design based on the current AASHTO Design of Pavement Structures. (K) Traffic engineering and design activities including, but not limited to, traffic investigation and studies typical for supporting highway improvement projects. (L) Electrical engineering and design activities such as, but not limited to, flashing beacons, signals, highway lighting, sign illumination, communication conduits, and electrical systems supporting highway improvement projects. (M) Landscape design activities supporting roadside improvement objectives and regulatory agency requirements typical for highway improvement projects. (N) Innovative contracting support to provide expertise necessary to assist in the development of procurement packages and strategies taking advantage of tools as appropriate such as Design/Build, CMGC, A+B bidding, Incentive/Disincentive clauses, Lane rental, etc. EVALUATION CRITERIA: The following evaluation criteria, in descending order of importance, will be used in the evaluation of prospective firms. Firms shall address each evaluation criteria listed below. If the evaluation criteria are not addressed elsewhere on the SF 330, firms shall respond to evaluation criteria in Section H of the SF 330. (1) Specialized Experience and technical competence demonstrated on previously completed projects by the firm and its subconsultants to perform work on highway and bridge projects. Include experience with innovative project delivery methods to expedite and fast-track the project delivery process (packaging, data collection, field investigation, contract document preparation, construction techniques, construction delivery method, use of technology, etc.). (2) Specialized Experience and technical competence demonstrating local knowledge on projects previously completed in the State of Hawaii by the firm and its subconsultants providing Environmental compliance services such as, but not limited to, studies, recommendations, and reports for wetlands, threatened and endangered species, sensitive species, cultural and historical resources, socio-economic effects, hazardous materials, wild and scenic rivers, wildlife and fisheries, noise, visual quality, water quality, air quality, land use, floodplain, environmental justice, cumulative and indirect effects, mitigation for impacts, and interagency coordination of environmental concerns and participation and coordination of public involvement meetings and hearings; preparation of reports and decision making documents required for the National Environmental Protection Act (e.g., categorical exclusions, environmental assessments, environmental impact statements); FHWA Section 106, FHWA Section 4(f) provisions; and Corps of Engineers Section 404 permits, 401 certifications and other necessary state and/or county project permits on highway and bridge projects such as NPDES, SCAP, CDUA, SMA, SSV, etc. (3) Workload management strategy demonstrated on projects previously completed by the firm and its subconsultants. Identify the capacity of the firm and its subconsultants to deliver this IDIQ contract for a program of concurrent projects (with potential for the majority of work occurring within the first 2-3 years of award) in a high quality and expedited manner with staff and subconsultants anticipated to work on the contract. Identify project delivery processes and a Quality Assurance/Quality Control program that shows a project management led organizational structure, approach, and philosophy that will result in successful completion of multidiscipline task orders and the ability to complete them in an expeditious manner. (4) Demonstrate a balance between a strong local presence in Hawaii with the qualifications and technical expertise required for this contract including the proximity of the team's (firm and subconsultants) facilities to Hawaii and the ability to coordinate with the CFLHD management staff located in Lakewood, Colorado. Include office location(s) of the firm and subconsultants and the distribution of capabilities, services, and staff. (5) Professional Qualifications of the firm, staff, and subconsultants identified to work on the contract. Qualification statements should clearly identify the specialized qualifications of those individuals anticipated to work on the contract that align with the type and scope of work to be performed. (6) Demonstrated past performance on similar contracts in terms of scope control, cost control, quality of work and compliance with performance schedules. SUBMISSION REQUIREMENTS: Firms desiring to be considered must submit 7 sets of documents containing copies of the completed SF 330. Bind each set with front and back covers. The front cover will show the submitting firm's name and address, the subcontractor's name(s), the solicitation number, closure date of the solicitation, and any other pertinent information. Divide each set into the following labeled sections: • Section 1 must include a cover letter; • Section 2 must include the Part I of the SF 330 (without instructions), with tabbed subsections for Items A through I. Provide an organizational chart under Item D (include CFLHD in this chart) showing the firm and all subcontractors listed under Item C. In Item E, provide only resumes of key personnel that are anticipated to work on the contract. Provide detail on the role the individual had in example projects. Item F is limited to 10 projects showing examples of past performance relevant to general scope of work, quality, budgeting, timeliness, complexity, challenges and innovative and streamlined project delivery. Example projects should at a minimum include the owner, project scope, size, cost, and lists of the project staff and sub consultants on the project with detail on the roles and responsibilities of each. • Modify Item G accordingly to reflect number of projects shown in Item F and number of staff shown in Item E. Item H may include other superior performance indicators, including subject matter and point of contact not covered in Item F, as well as other responses to the evaluation criteria that are not responded to elsewhere. • Section 3 will include Part II of SF 330 and should include a tab for the firm and each subcontractor. Submit data that the firm feels adequately demonstrates experience and qualifications to perform the required work. The submitted package is limited to 40 sheets total, 8.5" x 11", printed on front and back (total of 80 printed pages), excluding tabs and front and back covers. Pages must be numbered consecutively. Only pages numbered 1-80 will be considered during evaluations. Font for body copy must be Times New Roman and no smaller than 12 pt. Table font must be Times New Roman and no smaller than 8 pt. Please do not submit any pre-printed literature such as brochures, capability statements, etc. Only responses received in this office no later than 2:00 p.m., Lakewood, Colorado local time, August 22, 2013, will be considered. No other general notification to firms will be made and no further action is required. This is not a request for proposal and no solicitation package is available. Short-listed firms and their proposed subconsultants will be expected to travel to Honolulu, HI for oral presentations. Selection of firms for award shall be in accordance with FAR 36.602-3 and 36.602-4. Questions must be submitted in writing to CFLContracts@dot.gov. Questions and answers will be posted to the CFLHD website at http://www.cflhd.gov/contracting/ae/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/DTFH68-13-R-00027/listing.html)
 
Place of Performance
Address: Hawaii, United States
 
Record
SN03125674-W 20130726/130724235233-41cd912855e2c04b7a4793cee598b3ce (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.