Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,2000 PSA#2655

USAED, Sacramento, Corps of Engineers, Attn: A-E Negotiations Section, 1325 J Street, Room 1079, Sacramento, CA 95814-2922

C -- MISSLE TRANSPORT BRIDGE AT VANDENBURG AFB, CA DUE 081500 POC Ms. Judy Grant, (916) 557-5244 Architect-Engineer: Architectural and Engineering (A-E) design services are required for a Missile Transport Bridge (replacement bridge) at Vandenberg AFB, CA. This work will include all A-E and related services necessary to complete the design including A-E services (construction management) during construction phase (optional). The estimated construction value is between $5,000,000 and $10,000,000. Design to be completed by 30 June 2001. THIS IS NOT A SOLICITATION ANNOUNCEMENT; THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SMALL BUSINESS SOURCES AND THEIR SIZE CLASSIFICATIONS RELATIVE TO SIC CODE 8712 (SIZE STANDARD $4.0 MILLION AVERAGE ANNUAL RECEIPTS FOR PROCEEDING THREE FISCAL YEARS). RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS -- SEE SUBMITTAL REQUIREMENTS BELOW. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS, AND IF THE GOVERNMENT STILL PLANS TO PROCEED WITH THE ACQUISITION, A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN THE CBD. RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS ARE NOT ADEQUATE RESPONSE TO THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO THIS SOURCES SOUGHT SYNOPSIS. PROJECT INFORMATION: The project consists of designing a causeway bridge of approximately 2,100 lineal feet on El Rancho Road over San Antonio Creek. The bridge includes piles, pile caps, piers, and girders to support the bridge deck. The two-lane bridge spans the San Antonio Creek wetlands and shall provide a flood-free crossing for flood flows up to the 100-year level. Related work includes new approach pavement, demolition of the existing bridge deck, relocation of existing electrical and communication lines and other utilities, and revegetation and habitat restoration. A-E services are expected to be required for field investigation, topographic surveys, subsurface exploration to obtain geotechnical design criteria, archaeological testing, hydraulic analysis using HEC-2 model, sediment transport analysis, project definition (approximately 15% design), final design including drawings (CADD), technical specifications, M-CACES cost estimate and calculations. The design is expected to reflect the various mitigation measures identified in the EIS (prepared by others) such as features to reduce the construction period, reduce noise impact, sedimentation control, minimum habitat disturbance, and mitigation for special-status wildlife species. Also required is review of shop drawings, preparation of as-built drawings, habitat restoration and monitoring plan, relocation of special-status wildlife species by qualified biologists, and other site visits as required. A-E FIRMS QUALIFICATIONS: a. Specialized experience and technical competence in the following:(1) Demonstrated experience in the design of similar size causeway-type bridges.(2) Demonstrated experience in the various environmental issues associated with this design. (3) Computer Resources -- firms must indicate the following items (a) accessibility to and/or familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum the SPECINTACT specification system and the M-CACES estimating system; (b) demonstrated CADD capability for bridge design and as described above; (c) HEC-2 modeling capability. b. Professional qualifications in the following key disciplines: project management, bridge design, environmental mitigation, habitat restoration for native vegetation and special-status wildlife species. (1) The design team must possess experienced, registered personnel in Structural, Civil, Electrical, Geotechnical, Hydraulic, Environmental, Biologist, Archeologist, and Landscape Architect. (2) The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. (3) A qualified Cost Engineer shall be part of the design team. Qualified in defined as a professional engineer certified by a recognized cost engineering society. (4) A key discipline shall be the project manager with demonstrated experience in managing similar complex projects. (5) Demonstrated experience by the prime in working with the chosen consultants on other projects. (6) The project team Management Plan including team organization and proposed method in carrying out the work to meet the specific project requirements and schedule. c. Capacity to accomplish the work in the required time frame. d. Knowledge of the locality such as seismic design, revegetation and habitat restoration and mitigation for special-status wildlife species. e. If an 8(a) firm or a small business were to receive an award as prime contractor as a result of any future 8(a) or small business set-aside Architect-Engineer (services) solicitation, the 8(a) or small business prime will be required to comply with FAR 52.219-14 which states that "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". SUBMISSION REQUIREMENTS: Responses to this Sources Sought Synopsis shall provide proof of specialized experience and technical competence in each of the above Qualifications. Firms submitting shall present their information in a matrix format showing contracts they have performed. The matrix shall show those most recent five projects that prove you can meet each qualification criteria listed above, with contract numbers, contract type (firm fixed-price, cost reimbursement, etc.), total contract price, client's name, current and accurate client point of contact with phone number, project location, description of the contract's work requirement, dollar size of the contract, specific description of the actual work that the respondent did (was your firm the prime or a subcontractor, what specifically did your firm perform and what percentage of the entire contract did your firm perform), dates of the contract performance, current status of the contract, phaseof work. Provide your ability to meet the qualifications above relative to qualified professional people and any other remarks. If multiple offices are proposed for execution of contract services, identify the capabilities of each office by discipline, identify the location of all key personnel, and demonstrate previous causeway bridge design project experience where multiple offices were used successfully (include specific reference regarding methods for coordinating between offices). Firms responding to this sources sought synopsis must also provide proof that the firm, as a prime, can meet the 50% requirement with its own labor force. Provide a listing of your proposed subcontractors and their business size (LB, SB, WOSB). Firms should also indicate all applicable professional registrations and /or certifications of all personnel and subcontractors proposed to work on the contract. Two copies of the responses to this sources sought synopsis may be faxed, e-mailed, or mailed to the attention of Ms. Judy Grant, (916-557-5244, fax 916-557-5264), jgrant@spk.usace.army.mil <mailto:jgrant@spk.usace.army.mil>, 1325 J Street, Sacramento, CA 95814-2922). Responses must be received no later than 4:30 PM Pacific Daylight Time, on 15 August 2000. Firms responding to this announcement who fail to provide all of the required information cannot be used to help the Government make the acquisition decisions, which is the intent of this synopsis. This notice is to assist the Sacramento District, Corps of Engineers in determining potential sources only. No solicitation is currently available. All firms responding to this sources sought notice are advised that their response to this notice is NOT a request to be considered for a contract award. If a solicitation is issued, it will be announced later in the CBD and all interested parties must respond to that solicitation announcement separately from the response to this sources sought synopsis. Posted 07/31/00 (W-SN480402). (0213)

Loren Data Corp. http://www.ld.com (SYN# 0016 20000802\C-0006.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on July 31, 2000 by Loren Data Corp. -- info@ld.com