Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 25, 2001 PSA #2900
SOLICITATIONS

Y -- DESIGN-BUILD ROADWAYS, WARDS 3 AND 4, DISTRICT OF COLUMBIA (FEDERAL AID PROJECT NO. IBC-8888(012)

Notice Date
July 23, 2001
Contracting Office
Federal Highway Administration, 21400 Ridgetop Circle, Sterling, VA 20166
ZIP Code
20166
Solicitation Number
DTFH71-01-R-00014
Response Due
August 22, 2001
Point of Contact
Ken Atkins, Project Mgr, 703-404-6307; Debra Burgr, Contracting Officer, (703)404-6211
E-Mail Address
Contracting Officer, Debra.Burgr@fhwa.dot.gov (Project Manager, Kenneth.Atkins@fhwa.dot.gov)
Description
The Project is located in the Northwest portion of the District of Columbia in Wards 3 and 4. The project consists of the design and construction of approximately 120 roadway sites within Washington, DC. The required roadway work generally falls into one of three categories: (1) resurfacing, (2) reconstruction, or (3) upgrading (see Section 111 of the Request For Proposals (RFP)). The major work items include pavement work, curb and gutter, sidewalk, streetlights, drainage, utilities, signing, striping, landscaping, and other work. Roadway construction limits will be within existing DCDPW right-of-way. The design and construction cost of this project is estimated to be over $10,000,000. The scope of work for this project will include, but is not limited to, the following: (1) Survey work; (2) Pavement, curb and gutter, sidewalk, streetlights, drainage, utilities, signing, striping, landscaping, and other roadway design and construction; (3) Obtaining permits (see Section 107 of the RFP); (4) Utility coordination (see Section 107 of the RFP); (5) Project Management and QA/QC for Design and Construction, and Materials Sampling and Testing. Background and Evaluation Criteria: In accordance with Public Law 104-106 (41 U.S.C. 253m), the Eastern Federal Lands Highway Division (EFLHD) of the Federal Highway Administration is conducting a "two phased" Design-Build (D-B) selection process for the DC DPW. Under this Notice, the EFLHD is soliciting D-B firms/teams to participate in Phase One Qualifications Based Selection of the "two phased" selection approach. All D-B firms/teams responding during Phase One will be evaluated using the following criteria and weightings: 1. Experience, Maximum score 40. The Government will review and evaluate each offeror's past and current work experience, including technical and geographical similarities between the offeror's past work experience and the work described in this solicitation. Direct experience of the offeror, joint venture partners, offerors related by an ownership agreement, and/or experience of subcontractors that the offeror proposes to utilize in the execution of this work will be considered. Experience working on Design-Build type projects will not be required in this solicitation. Permit, Utility, and Design Experience. Submit experience within the past five (5) years performing technically the same or similar permitting, utility coordination, design project management, roadway design, and design QA/QC work for EFLHD, DCDPW and/or a similar urban DPW. As a minimum, experience performing technically the same or similar work on two (2) projects ($1.5 million or greater construction estimate) in the District of Columbia or in a similar urban environment within the past five (5) years will be required. Maximum score 10. Construction Experience. Submit experience within the past five (5) years performing technically the same or similar construction work, construction project management, and construction QA/QC for EFLHD, DCDPW and/or a similar urban DPW. As a minimum, experience performing technically the same or similar work on two (2) projects ($3.0 million or greater construction estimate) in the District of Columbia or in a similar urban environment within the past five (5) years will be required. Maximum score 10. Permit, Utility, and Design Personnel. Submit key personnel to be involved in the project, indicating their specific experience within the past five (5) years performing technically the same or similar permitting, utility coordination, design project management, roadway design, and design QA/QC work for EFLHD, DCDPW and/or a similar urban DPW. As a minimum, include the Designer of Record, the Design QA/QC Manager, the individual responsible for permitting and utility coordination, and the lighting engineer, each having a minimum of three (3) years experience within the past ten (10) years performing technically the same or similar work in the District of Columbia or in a similar urban environment. Also submit the Design-Build Project Manager, and his/her experience performing technically the same or similar design project management, permitting, and utility work. Maximum score 15. Construction Personnel. Submit key personnel to be involved in the project, indicating their specific experience within the past five (5) years performing technically the same or similar construction work, construction project management, and construction QA/QC work for EFLHD, DCDPW and/or a similar urban DPW. As a minimum, include the Construction Superintendent and the Construction QA/QC Manager, each having a minimum of three (3) years experience within the past ten (10) years performing technically the same or similar work in the District of Columbia or in a similar urban environment. Also submit the Design-Build Project Manager, and his/her experience performing technically the same or similar construction project management work. Maximum score 5. 2. Past Performance, Maximum score 30. The Government will review and evaluate information about each offeror's past performance in the design and construction of roadway projects, based on the offeror's record and reputation for satisfying its customers. Evidence of past performance from past and present customers; past and present subcontractors; Federal, State, and local government agencies; and/or consumer protection organizations will be considered. Include names, titles, and phone numbers for all references submitted. Permit, Utility, and Design Past Performance. Submit evidence of permitting, utility coordination, and roadway design performance within the past five (5) years, indicating that quality work was completed on-schedule and within budget. Also include any statements as to the offeror's integrity, reasonable and cooperative conduct, and commitment to customer satisfaction. A minimum of two (2) references will be required. Maximum score 15. Construction Past Performance. Submit evidence of construction performance within the past five (5) years, indicating that quality work was completed on-schedule and within budget. Also include any statements as to the offeror's integrity, reasonable and cooperative conduct, and commitment to customer satisfaction. A minimum of two (2) references will be required. Maximum score 15. 3. Management and Project Delivery Plan, Maximum score 20. The Government will review and evaluate each offeror's management and project delivery plan to assess the soundness and reasonableness of the offeror's planned approach to executing and delivering the project. Also included will be an evaluation of the offeror's organizational structure and delivery approach to completing a quality project on-schedule and within budget. Schedule and Cost Management System. Submit a description of the system to be used to manage the design and construction schedule, and the management system to control costs. Describe how the systems will be updated and monitored. Maximum score 10. Organizational Structure. Submit the organizational structure, identifying major participants and describing their roles in the project. Identify the lead firm in the team, and if a joint venture, the equity/interest percentage. Identify how each major partner and subcontractor will interact and fit into the overall team makeup. Maximum score 10. 4. Capability of Performing the Work, Maximum score 10. The Government will review and evaluate each offeror's financial capability and capacity to perform the design and construction of the roadways. Submit the most recent audit report performed by the Defense Contract Audit Agency, or a similar audit, reflecting the firm's rates and detailing the makeup of cost pools from which the rates are derived. Audits for all joint venture partners and architect-engineering firm subcontractors shall be included. Also submit a Dun and Bradstreet Comprehensive Report, or a similar report prepared by an independent business reporting agency that provides a company profile to include the number of employees; a debt to asset ratio; payment history; a credit evaluation/rating, a summary of public filings and a history of the firm's ownership. A maximum of four (4) of the most highly qualified D-B firms/teams will then be short-listed to participate in Phase Two of this D-B selection process. During Phase Two, those firms/teams short-listed will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements. The RFP will contain the requirements necessary for the short-listed D-B teams/firms to submit both a Technical Proposal and a Price Proposal during Phase Two. Those firms will be required to provide the necessary information to the EFLHD within 90 calendar days after receiving the RFP. A site visit/pre-proposal meeting will be held within the first 21 days of this period to provide additional information. It is anticipated that a stipend will be awarded to each Phase Two offeror who provides a responsive, but unsuccessful proposal (see Subsection I.A.6 of the RFP). A copy of the RFP is available to interested D-B firms/teams during Phase One. After receipt of the Phase Two Technical and Price Proposals, an Evaluation Board will conduct a "best value" analysis (see Subsection I.B.6 of the RFP), and submit their recommendations to the Selection Official for approval. Award of one Firm Fixed Price contract is anticipated approximately January, 2002, with Notice to Proceed issued approximately February, 2002. It is not the intent of EFLHD to receive project specific design or engineering recommendations as part of this Phase One selection process. Offerors should limit their submittals to the information required by this Notice, and other information which may be relevant to the qualifications and experience of the Offeror. No reimbursement will be made for any expenses associated with the preparation of Phase One submittals. Phase One Submittals: Interested firms/teams may use Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, as the basis for their submittals. SF 254 and 255 are available on the Government Printing Office's website at: http://hydra.gsa.gov/forms/pdf_files. Although SF 254 and 255 are formatted for Architect-Engineer and Related Services, the construction elements of the firms/team's submittal may also be included on SF 254 and 255. Alternate forms and formats may be submitted, provided that the applicable information from SF 254 and 255 is included. The Phase One submittals shall be bound and tabbed with the major headings. Send eight (8) copies of the completed submittals to the following address: Federal Highway Administration, Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, VA 20166, Attn: Mr. Gary Brown. Copies of the RFP may be obtained by calling 800-892-8776. All interested firms/teams are strongly encouraged to review the RFP. Questions concerning this solicitation may be directed to Mr. Brown at 703-404-6284, or in his absence, to Mr. Kenneth Atkins at 703-404-6307. All Phase One submittals must be received no later than 3:30 p.m. local time on Wednesday, August 22, 2001, in order to be considered for further evaluation.
Web Link
To request copies of the RFP, Gary.Brown@fhwa.dot.gov (Gary.Brown@fhwa.dot.gov)
Record
Loren Data Corp. 20010725/YSOL008.HTM (W-204 SN50S6R4)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on July 23, 2001 by Loren Data Corp. -- info@ld.com