Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2007 FBO #2020
MODIFICATION

C -- DESIGN OF RIPARIAN, ACQUATIC WETLANDS AND RIVER RESTORATION FOR THE VA SHLY AY AKIMEL SALT RIVER ECOSYSTEM RESTORATION PROJECT, MARICOPA COUNTY, ARIZONA

Notice Date
6/6/2007
 
Notice Type
Modification
 
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
THIS IS A MODIFICATION OF SYNOPSIS PUBLISHED 6/1/07. TITLE HAS CHANGED AND REPLACE PREVIOUS ANNOUNCEMENT WITH ATTACHED. Technical Information, David Pham, (213) 452-3648 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 contra ct 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 selected , 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 Delayed, 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 project 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-engineer contr act, 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 this cont ractual 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, specificati ons 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 52.236-24, 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 features of t he 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 Performa nce 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 offer or ineligible for award. To register online, visit the CCR homepage at www.ccr.gov. PROJECT PHASE INFORMATION: This project consists of three phases. Phase I consists of approximately a 3.2-mile reach extending from the Pima Freeway (US 101), upstream to immediately upstream of the Mckellips Road. River restoration features proposed for Phase I include cottonwood /willow, open water, wetlands areas and the new river bottom. Linear Recreation facilities are included as part of Phase I. Phase II includes approximately a 3.5-mile reach located immediate upstream of Phase I, extending from McKellips Road upstream to just east of Gilbert Road. Restoration features planned for this reach are similar to those for Phase I and include new Mesqu ite areas. Phase III covers the area immediately upstream of Phase II extending from Gilbert Road upstream to just east of Val Vista Drive. Restoration features to be designed for this reach are similar to Phase I and II, and includes extensive removal of exotic spe cies and replacement with native vegetation. The estimated construction cost for Va Shly ay Akimel is approximately $138,968,000.00. PROJECT INFORMATION: The Va Shly ay Akimel Salt River Ecosystem Restoration Project is 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 of Phoenix. The 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. Design of river restoration features includes aquatic and riparian habitat locat ed in the Sonoran Desert arid region. Restoration features described below are to be designed under this contract for all three Phases of the project. Site surveying and mapping for the project design will be provided. The anticipated award date of the contract will be August 31 2007. The contract period will be approximately sixty-four (64) months. WORK AND SERVICES REQUIRED: The work and services consist of detailed site investigations, pre-construction engineering analysis and design work, and final designs. Work and services include preparation of multiple completion levels (30%, 90% and Final) of design documents and other engineering reports including Construction Contract Drawings/Plans and Specifications, Design Documentation Reports (DDR), Engineering Considerations and Instruction to Field Personnel (ECIF), and providing support for engine ering during construction (EDC). In addition to those described above, preparation of the Operation, Maintenance, Repair, Replacement and Rehabilitation Manual (OMRRR) is required for this contract. River restoration features to be incorporated include reshaping the Salt River riverbed to ensure flow reconnection of the main channel to old mining pits, and to provide water for the vegetated areas. This reshaping of the Salt River riverbed will form th e new river bottom. Reshaping/grading of the Salt River riverbed for Phase I is not included in this contract and is expected to be performed by others. The A-E will be required to coordinate with others and incorporate reshaping/regrading into final A-E design. A water distribution system will be designed to distribute water from various water supply sources to the design features. The water distribution system includes both open channels and pressurized closed systems. Potential sources of water include existi ng water supply canals, agricultural flows, storm drains, effluent and new groundwater wells. Pumps and pump stations will be needed to deliver water from irrigation channels and new groundwater wells to vegetated areas and wetland features. Pump capacit y is estimated to be between 1,500 to 5,000 gallons per minute (gpm). Construction 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 Computer-Aided Design and Drafting (CADD) and delivered in three-dimensional drawings in Bentley Microstation V8 or XM DGN, Microsoft window 2000 or better, and AutoCADD electronic digital format. The Government will only accept the final product for full operation, without conversion or reformattin g. The firm selected for this contract will be required to submit a quality control/quality assurance plan and to adhere to it during the work and services required under this contract. The plan(s) must be prepared and approved by the Government, as a co ndition of contract award, but are not required with this submission. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria F and G is secondary and will be used as tie-breakers among technically equal firms A. Qualified Professiona l Personnel in the following: (1) Key Disciplines: Project Management (Architect or Engineer), Landscape Architecture, Architecture, Mechanical Engineering, Structural Engineering, Electrical Engineering, Civil Engineering, Hydraulic and Hydrology Engine ering, Geotechnical Engineering, Wetlands Engineering, Biology, Environmental and Instrumentation Experts. (2) Support Disciplines CADD capabilities. The evaluation will consider education, certifications, training, registrations, overall relevant experie nce and longevity with the firm. B. Specialized Experience and Technical Competence in: (1) Environmental and ecosystem restoration and development in the arid southwest desert environment. (2) Familiarity with use of native plants, vector control and geographical condition in the area. (3) Design of groundwater wells, pump stations and pipes to provide continuous pumping capability over a range of varying estimated flow rates (4) Design of irrigation and agricultural open flow channels and inlet and discharge control structures and app urtenances. (5) Recreation planning and design and landscape architecture. (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 a nd subcontractors, 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 o r permit violations during construction. (7) Producing CADD drawings in a format fully compatible with Microstation V8 or XM (DGN) and AutoCADD version. (8) Use of the DrChecks Quality Control Review and Lessons Learned system. (9) Preparations of preli minary and final construction cost estimates using M2 in the appropriate breakdown structures. C. Proximity of the key disciplines to the project area. D. Past performance on U.S. Army Corps of Engineers, 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. Capacity to accomplish the work in the required time and submit concept and final design plans and specifications and other engineering documents for 30%, 90%, and 100% or final completion levels. The evaluation will consider the experience of the firm and any consultants in simila r size projects and the availability of an adequate number of personnel in key and support disciplines. E. Knowledge of the locality such as geological features, groundwater conditions, existing vegetation, material resources, climatic conditions, local construction methods and local laws and regulations. F. Extent of participation of SB, including Small Women Owned Business (SWOB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team measured as a percentage of the estimated effort. G. All submittals shall be acknowledged either in writing or electronically. All firms shall be notified of their selection status either in writing or electronically within ten (10) days after selection approval. The contract award shall be announced in the (FBO) FedBixOpps www.FBOdaily.com. Consistent with the Department of Defense (DoD) p olicy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including firms that have not had prior DoD contracts. Qualified small disadvantaged firms will receive consideration during selection and all other selecti on evaluation criteria. 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 for the prime and completed Block C under Part 1 of the same form for each subcontractor/consultant, to the U.S. Army Corps of Engineers, Los Angeles District, 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 (PAO), 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, Wilshir e Blvd., Los Angeles, Ca. Submittals are to be bound by staple or binder clip in upper left corner, SF 330 on top. Lengthy cover letters and generic corporation brochures, or other presentations beyond those to sufficiently present a complete and effect ive response are not desired. Phone calls and personal visits to SRPMIC, City of Mesa or USACE personnel are discouraged. Response to this notice must be received by 6 July 2007, 3:00 P.M. Include the ACASS number of the office that will do the work i n Part I, Section C of Standard Form 330. Call the ACASS center at (503) 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 a re not provided for A-E contracts. Firms desiring consideration shall submit 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
 
Record
SN01311720-W 20070608/070607035256 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.