SOURCES SOUGHT
C -- Charging Eagle Bay Bridge A&E Support
- Notice Date
- 6/2/2014
- Notice Type
- Sources Sought
- 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
- Charging-Eagle-Bay-Bridge-A-and-E-Support
- Archive Date
- 6/24/2014
- Point of Contact
- Craig Holsopple, Phone: 720-963-3350, Jeremiah B. Rogers, Phone: 7209633717
- E-Mail Address
-
craig.holsopple@dot.gov, jeremiah.rogers@dot.gov
(craig.holsopple@dot.gov, jeremiah.rogers@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A REQUEST FOR BID - PLANS AND SPECIFICATIONS ARE NOT AVAILABLE. The CFLHD intends to engage the services of a qualified A-E firm to provide pre-construction and post-construction services for the Charging Eagle Bay Bridge project. The resulting IDIQ contract will be for one base year with four one year options and will have a capacity of $19.5 million. The proposed Charging Eagle Bay Bridge and connecting roadway is in the vicinity of Charging Eagle Bay on the Fort Berthold Reservation in North Dakota. The Charging Eagle Bay Bridge and associated new roads will connect to State Highway 22 on the North side and State Highway 8 on the South side. The overall project length is approximately 28 miles and includes a long span bridge across the Little Missouri River arm of Lake Sakakawea. The bridge crossing is estimated to be approximately 0.85 miles. The anticipated construction contracting range for this project is between $225 million and $325 million. The Charging Eagle Bay Bridge project will be delivered using the Construction Manager/General Contractor (CM/GC) Delivery Method. The CFLHD will engage a separate CM/GC and it will be expected that this CM/GC provide constructive and timely input throughout design to meet the schedule and cost challenges of the project. CFLHD, A-E consultant and the CM/GC will work together during the pre-construction phase to advance drawings and construction documents to the level determined to be necessary for construction. THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs MUST submit the following by e-mail to CFLAcquisitions@dot.gov or by telefax to 720-963-3360 (Attn: Craig Holsopple) for receipt by close of business (2 p.m. local Denver time) on June 9, 2014: (1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor; (2) A copy of the letter from SBA stating date of HUBZone small business certification or acceptance to the 8(a) small business program. In the case of a Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility - DO NOT SEND COPIES OF YOUR CCR PROFILE; (3) Provide a list of bridge design projects of equal or greater expected construction value, involving innovative project delivery methods such as CM/GC and compressed schedules, in which you performed (as a prime contractor) : A: Project Management involves the leadership of the project through activities such as close coordination and collaboration with the CFLHD project manager, CM/GC, sub consultants, and external agencies. Project management will also involve management of the project scope, schedule, budget, and the Quality Assurance/Quality Control (QA/QC) process as well as involvement and leadership in project decisions that affect the development and delivery of contract documents. B: Transportation planning activities needed to support the Regional Comprehensive Planning activities. This may include conceptual drawings, graphs, data collection, or charts for Regional plan, environmental, or other units as needed, C: Highway design activities utilizing context-sensitive 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). D: Geotechnical engineering such as: comprehensive identification of geologic hazards through site reconnaissance and surface and subsurface investigations; geophysical studies; 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: 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 4(f) provisions; and Corps of Engineers Section 404 permits, Section 401 certifications and other necessary project permits. F: Bridge and Structural design, assessment, and inspection activities such as, but not limited to: determining structure type, size, and location (TS&L); designing concrete, steel, and timber bridges (vehicular, pedestrian, and combination) in accordance with current LRFD AASHTO Bridge Design Specifications; implementing accelerated bridge construction (ABC) technologies such as prefabricated bridge elements and systems (PBES), slide-in bridge construction and geosynthetic reinforced soil - integrated bridge system (GRS-IBS); designing seismic retrofits for existing structures; designing retaining walls; performing structure inspections (bridge, culvert, retaining wall, and tunnel); load rating structures (bridge and culvert); preparing structure rehabilitation plans; performing structure constructability reviews; determining structure construction schedules and preparing structure plans, specifications, and estimates (PS&E). G: Hydraulic and hydrologic engineering 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; compliance with FEMA regulations and development and preparation of certain permit applications including but not limited to Corps of Engineers Section 404 permits, Section 401 certifications, National Pollutant Discharge Elimination System (NPDES) permits, and state specific permits. H: Pavement Design for the determination of the pavement structural section for pavement preservation, 3R, and full reconstruction. Analysis to include traffic counts and classification, boring logs, soil properties and support capabilities, pavement design based on the current AASHTO Design of Pavement Structures, and development of structural section alternatives and lifecycle cost analysis. I: Surveying and mapping services, such as: photogrammetric mapping and/or ground surveys; cadastral surveys; bridge site surveys; location and final design surveys; analytical aerial triangulation; digital terrain modeling; and compilation of topographic and planimetric features. J: Right-of-way and utility services, such as: preliminary right-of-way studies and boundary compilations; preparation of right-of-way plans, legal descriptions and highway easement deeds; right-of-way acquisition processes including appraisals, negotiations and acquisition; utility research and coordination, utility designation and location; and utility conflict resolution and relocation plans and agreements. K: Support CFLHD led construction administration by performing post design support and review services of contractor submitted documents such as, but not limited to; false work and structures submittals; value engineering proposals; and site visits with CFLHD personnel to review construction progress. L: Risk identification (including financial) and methods for to mitigate, share or eliminate. M: Innovative project financing services, such as economic analysis & life cycle modeling; revenue and demand studies; project financing option analysis; P3 deal structuring; financial modeling; risk analysis; cost and schedule development and analysis. DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK. (4) Firms must be registered and licensed in the state of North Dakota. Firms must provide proof of this registration with their response. (5) The NAICS code for this procurement is 541330. Registration under this NAICS code is required. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All firms should be certified in the All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/68/Charging-Eagle-Bay-Bridge-A-and-E-Support/listing.html)
- Place of Performance
- Address: Dunn County, North Dakota, 38025, United States
- Zip Code: 38025
- Zip Code: 38025
- Record
- SN03382231-W 20140604/140602234241-cc7c1a86324b5b1573316c91f87e9346 (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 |