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
|
|
|