Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663

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

C -- DESIGN OF A MISSILE TRANSPORT BRIDGE (REPLACEMENT BRIDGE)AT VANDENBURG AIR FORCE BASE, CALIFORNIA SOL DACA05-00-R-0041 DUE 091100 POC Eiichi Takahashi, Contracting Officer, (916) 557-7265 CONTRACT INFORMATION: A-E services are required for design charrette, project definition (15% design), final design (optional), and A-E services during construction phase (optional) for the subject project. The design will be prepared in the metric system of measurement. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in Autodesk AutoCAD CADD software, release 14. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 14 format and on the target platform specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT 4.0 operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Corps of Engineers Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimate will be prepared using Corps of Engineer's Computer Aided Cost Estimating System (M-CACES)(software provided by Government) or similar software. This announcement is open to all businesses regardless of size. The SIC code for this announcement is 8712 with business size standard to be considered a small business a maximum of $4.0 million of average annual receipts for its preceding 3 fiscal years. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The following subcontracting goals are the minimal acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 62% to small business, 10% to small disadvantaged business (subset of small business), and 5% to woman-owned small businesses (subset of small business). The firm selected for this contract will be required to submit a detailed subcontracting plan at a later date. If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF255. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, and for A-E services during the construction phase (option). 2. PROJECT INFORMATION: This project consists of designing a causeway-type 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 (15% design ), final design including drawings (CADD), technical specifications, M-CACES cost estimate and calculations. The design is expected to reflect the various environmental mitigation measures identified in the EIS (prepared by others) such as features to reduce the construction period, reduce noise impact during the construction phase, 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. Firms desiring consideration will be expected to be accomplished in engineering and design and have a sound knowledge of Corps of Engineers, Federal, State and County, including Caltrans, criteria, principles and procedures. The estimated construction cost of this project is between 5 and 10 million dollars. 3. SELECTION CRITERIA: See Note 24for general selection process. The selection criteria are listed below in descending order of importance. Criteria "a" through "e" are primary. Criteria "f" through "h" are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence of the firm and consultants 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 and construction. (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. Qualified professional personnel in the following key disciplines: project management, bridge design, geotechnical, environmental mitigation, habitat restoration for native vegetation and special-status wildlife species. The design team must possess experienced, registered personnel in structural, civil, electrical, geotechnical, hydraulic, environmental, biologist, archeologist, landscape architect, and qualified cost engineer. The evaluation will consider education, training, professional registration, organizational certifications, overall relevant experience and longevity with the firm. A qualified Cost Engineer is defined as a professional engineer certified by a recognized cost engineering society. The project manager shall have demonstrated experience in managing similar complex projects. Demonstrated experience by the prime in working with the chosen consultants on other projects. The project team Management Plan shall include team organization and proposed method in carrying out the work to meet the specific project requirements and schedule. c. Past performance on DoD and other contracts with respect to cost control and estimating performance as a percentage deviation between the final estimate and low bid on similar type and size projects, quality of work and compliance with performance schedules. Consideration will be given to ACASS evaluations and letters of evaluations/recognition by other clients. d. Capacity to complete the project definition by 15 January 2001 and the final design by 30 June 2001, assuming contract award by mid November 2000. The evaluation will consider the experience of the firm and any consultant in similar size projects, and the availability of an adequate number of personnel in key disciplines. f. Knowledge of the locality of the project site including seismic design, revegetation and habitat restoration and mitigation for special-status wildlife species. g. Volume of DOD contract awards in the last 12 months as described below. h. Location of the firm in the general geographical area of the project site. i. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed of SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown here and above, ATTN: A-E Negotiations Unit. In SF 255, Block 3b, provide the firm's ACASS number. For ACASS information call (503) 808-4591. In Block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (project manager, architect, design engineer, etc.) and identify where the team member is located if different from SF 255, Block 3b. In Block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In Block 10 of the SF 255, provide the design quality management plan. A project specific design quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal Holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 24 and 26.***** LLLL Posted 08/10/00 (W-SN484572). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0016 20000814\C-0001.SOL)

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


Created on August 11, 2000 by Loren Data Corp. -- info@ld.com