SOLICITATION NOTICE
C -- DESIGN OF WETLANDS RESTORATION FOR THE VA SHLY AY AKIMEL SALT RIVER ECOSYSTEM RESTORATION PROJECT, MARICOPA COUNTY, ARIZONA
- Notice Date
- 6/1/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-07-R-0022
- Response Due
- 7/6/2007
- Archive Date
- 9/4/2007
- Small Business Set-Aside
- N/A
- Description
- CONTRACT INFORMATION: Planning Services (Brooks A-E Act, PL 92-582) for One (1) Firm Fixed Price Closed End contract with Options (FAR 16.2) for Architect-Engineer Services. The anticipated start date of the contract will be 31 August 2007. The c ontract period will be approximately sixty-four (64) months. Base and Options will be awarded as fully funded subject to amount of appropriations in each fiscal year over the contract duration. The estimated A-E contract price is between $5,000,000.00 and $10,000,000. This project will be INCREMENTALLY FUNDED and is subject to availability of funds per FAR Clause 252.232-7007, entitled, Limitation of Governments Obligation (MAY 2006). This is an UNRESTRICTED procurement. If a large business is sel ected, it must comply with the FAR Regulation clause 52.219-9, entitled, Small Business Subcontracting Plan (SEPT 2006). The requirement for a subcontracting plan on that part of the work it intends to subcontract. The Subcontracting Goals are a follows: 51.2% with small business, 8.8%with small disadvantaged business, 7.3% with woman owned small business, 1.5% Service disabled veteran owned small business and 3.1% with HubZone small business. All Offerors are Advised that this procurement may be D elayed, Cancelled or Revised at any time during the Solicitation, Evaluation and/or Final Award Process. In accordance with FAR clause 52.236-22, entitled, Design Within Funding Limitations, the Government may require the A-E contractor to design the proj ect so that construction costs will not exceed a contractually specified dollar limit (known as programmed amount). If the price of the construction proposed in response to a Government solicitation exceeds the funding limitations in the architect-enginee r contract, the A-E firm is solely responsible for redesigning the project within the funding limitation. These additional services must be performed at no increase in the price of the A-E contract. There are certain limitations, however, on enforcing th is contractual measure. In accordance with FAR clause 52.236-23, entitled, Responsibility of the Architect-Engineer Contractor, the A-E contractor shall be required to make necessary corrections, at no cost to the Government, when designs, drawings, spec ifications or other items or services furnished contain errors, deficiencies, or inadequacies. The Governments review, approval, or acceptance of these type documents does not operate as a waiver of this requirement. In accordance with FAR clauses 52.23 6-24, entitled, Work Oversight in Architect-Engineer Contracts and 52.236-25, entitled, Requirements in Registration of Designers, requires that the design of architectural, structural, mechanical, electrical, civil, landscape or other engineering feature s of the work be performed or reviewed and approved by architects or engineers registered to practice in a particular profession. Government Standard Forms (SF) used for A-E services shall include: SF 330 Architect Engineer Qualifications and SF 1422 Pe rformance Evaluation of A-E contractors. Prospective contractors must be registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database prior to award of a contract. Lack of registration in the DoD CCR database will make an offeror ineligible for award. To register online, visit the CCR homepage at: www.ccr.gov. PROJECT INFORMATION: The Va Shly ay Akimel Salt River Ecosystem Restoration project located in the Salt River Pima, Maricopa Indian Community (SRPMIC) adjacent to the City of Mesa in Maricopa County, Arizona, about 18 miles east of downtown Phoenix. Th e overall project is approximately 14 miles long extending from immediately downstream of the Granite Reef Dam to the Pima Freeway (US 101), and averaged 1,500 feet wide. Wetland features proposed include cottonwood/willow, open water, wetlands areas and new river bottom. The project is divided into 3 phases (ph ases I, II and III). This synopsis covers Phases I, II and III. The estimated construction cost for Va Shly ay Akimel is approximately $138,968,000.00. CONTRACT INFORMATION: Design of Wetlands restoration including aquatic and riparian habitat locating in the arid region. Wetland features described under project Phase I information below are to be designed under this contract. Site surveying and mappin g for the project design will be provided. PROJECT WORK AND SERVICES. The work and services consist of detailed site investigations, planning, engineering studies, preliminary and final design services. Work and services also comprise the preparation of design documents and other engineering repo rts including Construction Contract Drawings/Plans and Specifications, Design Documentation Reports (DDR), Engineering considerations and instruction to Field personnel (ECIF), and providing support for engineering during construction (EDC). In addition t o those described above, preparation of the Operation, Maintenance, Repair, Replacement and Rehabilitation Manual (OMRRR) is required for this contract. New Wetland, open water and cottonwood/willow are environmental/wetlands features designed to house and restore native habitat in the arid region including endangered species, vegetation and aquatic plants. Wetlands features considered for design and con struction also involve reshaping the Salt River riverbed to ensure flow reconnection of the main channel to the old quarry pit, and provide water for the vegetated areas. This reshaping the Salt Riverbed will form the new river bottom. The new river bott om shall be planted with vegetation. The design of the reshaping/grading of the Salt River riverbed is not included in this contract and will be performed by others. The A-E will be required to incorporate the reshaping/regarding design into final A-E de sign. Wetland vegetation, primarily cattails, tile, and sedges, require a water table at or near the surface, while open water aquatic plants need a certain depth of water to survive. Therefore, the surface of all wetland features will be lined to maint ain the necessary surface water and water depth. To distribute water from the wetland features laterally, a series of drainage ditches/open channels and pipes will be needed to convey water to other areas that require irrigation. These project features are the project infrastructures called water distribution system. This is not to be confused with the irrigation system, which requires delivering water (surface water) from the source (irrigation canal) to the newly restored vegetated areas. Pump stat ions will be needed to deliver water from irrigation channels and groundwater wells to vegetated areas and wetland features. Pump capacity is estimated to be between 1,500 gallons per minute (gpm) to 5,000 gallon per minute (gpm). Construction cost estimates must be prepared using the Corps of Engineers M2 (Micro Computer Aided Cost Estimating System 2nd Generation). The A-E contractor will be required to acquire the necessary software and training from the vendor(s) to accomplish this task. Construction drawings/plans shall be prepared using the Computer-Aided Design and Drafting (CADD) and delivered in three-dimensional drawings in Bentley Microstation V8 or XM DGN, and Auto CADD electronic digital format. The Government will o nly accept the final product without conversion or reformatting. The firm selected for this contract will be required to submit a quality control plan and to adhere it to during the work and services required under this contract. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria f. through h. is secondary and will be used as tiebreakers among technically equal firms: A. Qualified Profe ssional Personnel in the following: (1) Key Disciplines: Project Management (Architect or Eng ineer), Architecture, Mechanical Engineering, Structural Engineering, Electrical Engineering. Civil Engineering, Hydraulic and Hydrology Engineering, Geotechnical Engineering, Biology, Environmental and Instrumentation Experts; (2) Support Disciplines: C ADD capabilities. The evaluation will consider education, certifications, training, registrations, overall relevant experience and longevity with the firm. B. Specialized Experience and Technical Competence in: (1) Recreation planning and design and lan dscape architecture; (2) Environmental restoration/development in desert environment; (3) Familiarity with use of native plants and vector control in the area; (4) Design of water pump station(s) with variable frequency drive pump(s) and standby power to provide continuous pumping capability over the range of varying flow rates (estimated pump capacity 5,000 gpm to 1,500 gpm) of water between the peak flow and minimum flow; (5) Design of outlet channels for pumping station, 12 inch diameter force mai ns, and inlet and discharge control structures and appurtenances; (6) Producing quality designs based on evaluation of a firms Design Quality Management Plan (QDMP). The evaluation will consider the management approach, coordination of disciplines and s ubcontractors, quality control procedures and prior experience of the prime firm and any significant subcontractors on similar projects, and experience in developing a plan for maintenance of plant operations during construction to ensure no downtime or pe rmit violations during construction; (7) Use of recovered materials; (8) Producing CADD drawings in a format fully compatible with Microstation V8 or XM (DGN) and AutoCADD version; (9) Use of the DrChecks Quality Control Review and lessons Learned Sy stem; and (10) Preparations of preliminary and final construction cost estimates using M2 in the appropriate breakdown structures. C. Capacity to accomplish the work in the required time and submit concept and final design plans and specifications and other engineering documents. The evaluation will consider the experience of the firm and any consultants in similar size projects and the availability of an adequate number of personnel in key and support disciplines. D. Past Performance on DoD, Salt River Pima Maricopa Indian Community (SRPMIC), City of Mesa and other contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Knowledge of the locality such as geological features, climatic conditions, local material resources, and local construction methods. F. Extend of participation of Small Business (SB), including Small Women Owned Business (SWOB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team measures as a percentage of the estimated effort. G. Geographic proximity (physical location) of a firm in relation to the location of project. H. Volume of DOD contract awards in the last 12 months. All submittals shall be acknowledged either in writing or electronically All firms that submit an SF 330 shall be notified in writing acknowledging receipt of their response. The firms which are not recommended by the Pre-Selections Board to the Selecti on Board for further consideration shall also be notified in writing. The firms which are considered by the Selection Board but are not ranked for negotiation shall be notified in writing. The firms which are ranked for negotiation but are not selected f or an award shall also be notified in writing after the award of the contract. The contract award shall be Department of Defense policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including Small, Disadvant aged Owned Firms and firms that have not had prior DOD contracts, qualified Small Disadvantaged Firms will receive consideration during selection and all other selection evaluation criteria being equal, als o participation in joint venture may become a determining factor for selection, Therefore, all offered submittals should specifically identify in the appropriate portions of the SF330 all proposed Small Disadvantaged Firm participation in the proposed ac tivity to be accomplished by the contractor. The Los Angeles District and Minority Business Development Agency are working with local business Development Centers (BDCs) to provide assistance to Small Disadvantaged Business Concerns to participate in Gov ernment Contract. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work and services are invited to submit two (2) completed Standard Form (SF) 330 Title: Architect-Engineer Qualifications to the U.S. Army Corps of Engineers, Los Angeles Distri ct, P.O. Box 532711, CESPL-CT-E, Los Angeles, CA 90053-2325, ATTN: Mrs. Sandy Hall, (213) 452-3243. Alternate point of contact is Tina Frazier, (213) 452-3252. Hand carried applications must be delivered to: 915 Wilshire Blvd., Public Affairs office (P AO), Suite 980, L.A., Ca 90017. Due to security precautions, all Corps of Engineers visitors are now required to check in the PAO Office, Suite 980, Wilshire Blvd., Los Angeles, Ca. Lengthy cover letters and generic corporation brochures, or other prese ntations beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received within 30 calendar days from the date of issuance of this synopsis. If the 30th day is a weekend day or a Federal Holiday, the deadline is the close of business of the next business day. Include the ACASS number of the office that will do the work in Part I, Section C of Standard Form 330. Call the ACASS center at (50 3) 808-4594 to obtain a number or go to website at www.nwp.usace.army.mil/ct/i/home.asp. No other general notification will be made of this work and services. Solicitation packages are not provided for A-E contracts. Firms desiring consideration shall s ubmit appropriate data.
- Place of Performance
- Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Country: US
- Zip Code: 90053-2325
- Record
- SN01308622-W 20070603/070604105941 (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 |