Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
SOLICITATION NOTICE

Y -- Request for Capabilities / Qualifications - Request for Qualifications Package

Notice Date
6/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P16PS01024
 
Point of Contact
Frank Camacho, Phone: (303) 969-2344, Monica Divelbess,
 
E-Mail Address
frank_camacho@nps.gov, monica_divelbess@nps.gov
(frank_camacho@nps.gov, monica_divelbess@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Basis of Design Report Attachment 3 - Design Build Project Scope Attachment 2 - SF 330 Attachment 1 - Past Performance Questionnaire Request for Qualifications Document PROJECT TITLE: STLI 213901 - Repair Ellis Island Bridge Project SOLICITATION #: P16PS01024 GENERAL: The National Park Service anticipates awarding a firm fixed price design-build contract based upon the two phase selection process defined in Federal Acquisition Regulations (FAR) Subpart 36.3. This notice represents solicitation of qualification statements as phase 1 of the 2 phase selection process. Design-Build firms that meet the requirements of this announcement are invited to submit qualification statements that address the phase 1 evaluation criteria noted below. The Government shall evaluate responses that meet the requirements of this announcement to determine the most qualified design - build firms relative to the phase 1 evaluation criteria. Up to a maximum of five of the most highly qualified design-build firms will be short-listed to participate in phase 2 of this design-build selection process. In phase 2, those firms short-listed will be sent a Request for Proposal (RFP) which addresses the phase 2 source selection process. Each short-listed offeror will be required to submit their phase 2 proposal within 30 days after issuance of the phase 2 RFP. The Government shall evaluate phase 2 proposals and award a single contract to the offeror whose proposal provides the "best value" to the Government. Architectural / Engineering firms that were involved in the preparation of the Government's Design - Build RFP documents for this project are not eligible to participate in the subsequent design-build process. QUALIFICATION STATEMENT SUBMITTAL: Design - Build firms that meet the requirements of this announcement shall submit their responses to this request for qualifications so as to insure the responses are received by Monica Divelbess no later than 1:00 pm 7/07/16 (MT). Design - Build firms shall submit 3 hard copies of their qualification statements and a thumb drive that includes an electronic version of their qualification statements to the following address: National Park Service, Denver Service Center Attention: Monica Divelbess 12795 W. Alameda Pkwy Lakewood, CO 80228 PROJECT SCOPE: This is a design/build project consisting of repairing, strengthening or replacing deteriorated portions of the existing Ellis Island service bridge. Work involves designing and developing details, Specifications and drawings each work task. Work also includes performing rating calculations for the bridge, obtaining all permits required for performing the construction work. All repair work is to be performed in accordance with the current edition of the American Association of State Highway and Transportation Officials (AASHTO) LFRD (Load and Resistance Factor Design) Bridge Design Specifications, AASHTO's LRFD Bridge Construction Specifications, the New Jersey Department of Transportation's Bridge and Roadway Design Manuals, OSHA, the National Electric Code, and any applicable regulations, policies, and Denver Service Center work flows. PLACE OF PERFORMANCE: Ellis Island Service Bridge, Ellis Island Part of Statue of Liberty National Monument, Jersey City, New Jersey. ESTIMATED MAGNITUDE OF CONSTRUCTION: In accordance with FAR 36.204, the project magnitude is estimated to be between $5,000,000 and $8,000,000. PROCUREMENT TYPE: The Government anticipates negotiating and awarding a single firm-fixed price contract to meet this requirement. SET-ASIDE: This acquisition has been set-aside for small business concerns. Offers will be solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE AND SMALL BUSINESS SIZE STANDARD: The NAICS code for this project is 237310 and the small business size standard is $36,500,000 BONDS: All offerors will be required to submit a bid bond for 20% of their total proposed price. The successful offeror shall be required to provide performance and payment bonds for 100% of the contract award price. PERIOD OF PERFORMANCE: The contract performance period is expected to be ¬¬¬¬¬¬¬¬¬¬¬¬¬90 calendar days for design and 10 months for construction after issuance of Notice to Proceed. PRE-PROPOSAL CONFERENCE / SITE VISIT: It is anticipated that a Pre-Proposal Conference / Site Visit will be scheduled during phase 2 of the source selection process. It is currently anticipated the site visit will be conducted on or around the week of 08/08/15. Specific details regarding the site visit will be provided in the solicitation during Phase 2. SYSTEM FOR AWARD MANAGEMENT: Offerors shall be required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Offerors will be required to complete Online Representations and Certifications at the SAM website. SOURCE SELECTION PROCESS: The Government shall conduct the source selection process in accordance with the Two-Phase Design Build Selection Procedures noted in Federal Acquisition Regulation (FAR) Part 36.3. Phase 1: The first phase of the process shall consist of a request for qualification statements issued on Federal Business Opportunities (FBO.gov). The request shall instruct interested Design - Builders to submit a qualification statement that addresses the Phase 1 evaluation criteria. Proposed pricing shall not be included in phase 1. The Government will evaluate phase 1 qualification statements in order to determine the most highly qualified offerors. Up to a maximum of 5 Design - Builders shall be selected to move forward to Phase 2. Those Design - Builders that are not selected to move forward to Phase 2 will be notified and thanked for their participation. Phase 2: The Government will then notify the Phase 2 Design- Builders of their selection and will request they submit a follow-up proposal that addresses the phase 2 evaluation criteria. Proposed pricing shall be included in phase 2 proposals. The Government will evaluate the phase 2 proposals. It is the Government's intention to award a single contract to the offeror whose phase 2 proposal provides the best value to the Government. PHASE 1 EVALUATION CRITERIA: A) General The Government will evaluate phase 1 qualification statements against the phase 1 evaluation criteria in order to determine the most highly qualified Design - Builders. Up to a maximum of 5 Design - Builders shall be selected to move forward to Phase 2. B) Relative Importance of Evaluation Factors: Each of the non-price factors are approximately equal in importance C) Factors 1. Prime Construction Contractor's Prior Experience (10 page maximum): The Offeror will be evaluated based upon the extent of their successful completion of similar projects. Offerors demonstrating greater experience in the areas noted below will be more favorably rated. Offerors shall present direct involvement in at least (5) projects completed within the past 10 years that best addresses the following. Offerors shall submit company experience, not experience of staff while employed with other companies. • Of similar size (cost & scope) • Of similar scope o Experience with planning, designing and repairing bridges, and pavement management o Offerors shall demonstrate whether or not the prime construction contractor has Design/Build capabilities provide examples of Design/Build work completed in the last 10 years. • In similar working environment. Experience working in sensitive and historic and marine environments such as or similar to National Parks will be rated more favorably). • Dealing with Federal Government processes and requirements (offerors having experience with National Park Service processes and requirements will be rated more favorably). 2. Designer Qualifications: Offerors shall submit a Standard Form 330 (SF-330) for their planned Architect and Engineers. Qualifications will be evaluated based upon the following criteria: • Design experience on projects of similar size Provide a list of key personnel on the AE team including roles, responsibilities and experience on projects of similar scope. Provide an organizational chart showing roles and resumes not exceeding 2 pages each showing qualifying experience on similar projects.. • Design experience on projects of similar scope Experience: Provide three (3) examples of completion of bridge engineering of similar scope within the past 10 years. Work in marine environments in the north eastern US will be evaluated more favorably.. • Offerors shall demonstrate prior experience of collaboration between the Construction Contractor and the proposed Design Team on a minimum of two (2) projects of similar size and complexity within the past 10 years. • Design experience on projects in similar environments • Design experience on projects dealing with Federal Government processes and requirements (offerors having experience with National Park Service processes and requirements will be rated more favorably). • Other significant similarities 3. Prime Construction Contractor's Past Performance (5 page maximum): The past performance including but not limited to quality, timeliness, budget, and business relations of the offeror on projects similar in scope and complexity will be evaluated. Offerors demonstrating a higher level of successful past performance in the evaluated areas will be more favorably rated. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated neither favorably nor unfavorably. The NPS may evaluate offerors' past performance based on references provided by the contractor; the Government's knowledge of offerors' past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror. Offerors shall request the owner or owner's representative associated with past projects complete the attached Past Performance Reference Questionnaire or similar form. Offerors shall include the completed questionnaires in their qualification statements. The Government reserves the right to contact the listed references to obtain additional Past Performance information 4. Designers' Past Performance (5 page maximum): The past performance of the proposed project designers (Architect and Engineers) on projects similar in scope and complexity including but not limited to quality, timeliness, budget, and business relations will be evaluated. Designers demonstrating a higher level of successful past performance in the evaluated areas will be more favorably rated. In the case of an Designer without a record of relevant past performance or for whom information on past performance is not available, the Designer will be evaluated neither favorably nor unfavorably. The NPS may evaluate Designers' past performance based on references provided by the contractor; the Government's knowledge of Designers' past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror. Offerors shall request the owner or owner's representative associated with Designers' past projects complete the attached Past Performance Reference Questionnaire or similar form. Offerors shall include the completed questionnaires in their proposal. The Government reserves the right to contact the listed references to obtain additional Past Performance information." ATTACHMENTS: 1. Phase 1, Past Performance Questionnaire 2. Phase 1, SF 330 3. Phase 1, Design Build Project Scope 4. Phase 1, Basis for Design Document QUESTIONS: For questions please contact Monica Divebess at monica_divelbess@nps.gov and Frank Camacho (Mike) at mike_camacho@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01024/listing.html)
 
Place of Performance
Address: Ellis Island, New Jersey, United States
 
Record
SN04155336-W 20160622/160620234415-f26133171f03bd8de27da6590abbdd04 (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.