SOURCES SOUGHT
C -- USDA Forest Service Regional A/E Indefinite Quantity Contract for Bridge Design
- Notice Date
- 5/31/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, 1323 Club Drive, Acquisition Management, Vallejo, California, 94592
- ZIP Code
- 94592
- Solicitation Number
- AG-91S8-S-13-0020
- Archive Date
- 8/30/2013
- Point of Contact
- Dan Mayer, Phone: (503)630-8709, Cree M. Prevost, Phone: 707-562-8897
- E-Mail Address
-
danmayer@fs.fed.us, creeprevost@fs.fed.us
(danmayer@fs.fed.us, creeprevost@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- REGIONAL A/E INDEFINITE QUANTITY CONTRACT FOR BRIDGE DESIGN AND RELATED ACTIVITIES FOR VARIOUS NATIONAL FORESTS IN CALIFORNIA GENERAL INFORMATION Document Type: Synopsis/ SF 330 request Solicitation Number: AG-91S8-S-13-0020 Posted Date: 05/31/2013 Response Date: 07/02/2013 Archive Date: 08/30/2013 Classification Code: C -- Architect and engineering services Set Aside: Small Business NAICS Code: 541330 -- Engineering Services Contracting Office Address: USDA Forest Service Acquisition Management 1323 Club Drive Vallejo, CA 94592 DESCRIPTION: There is no solicitation to download. Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Engineering services. The work for this contract shall occur throughout California. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK CONTRACT SCOPE This contract is for engineering including, but not limited to the design of vehicular and pedestrian bridges, design of repair or maintenance of existing bridges, design of other related transportation structures, and load rating of existing vehicle and pedestrian bridges. Requirements will vary for each work order issued under this contract. Work may include performing site visits, topographical site surveys, geotechnical investigation, hydrology and hydraulics, structural and civil engineering design, preparation of construction drawings, construction specifications, cost estimates, shop drawing review, construction monitoring, construction inspection, and related services. LOCATION Projects are located on National Forest land, in the State of California, generally located in remote or rural areas. Access to road bridge projects is generally by low standard road. Access to pedestrian bridge project sites may be by hiking trail. TYPICAL BRIDGE Road Bridge design projects generally include new and replacement bridges with spans from 20 to 150 feet, but may include longer span bridges. Road bridges are generally designed for one lane of traffic. Typical project values are less than $500,000. STANDARD SERVICES The Contractor shall: a) Provide adequate professional supervision and quality control to assure the accuracy, quality, completeness and progress of the work. b) Closely coordinate the work performed with the related work of the Government staff personnel c) Promptly report to the CO any ambiguities or discrepancies found in the project requirement, criteria, or documents involving the work d) When necessary, visit the project sites or contract Government location representative at the project sites; hold conferences and discussions with Government; and take such other action as may be required to obtain the data necessary for the design development, coordination and completion of each work order. e) Submit to the CO for approval any changes that will result in a modification to each Task Order, prior to implementation f) Furnish progress reports of the work. g) Prepay shipping and/or mailing charges on all material sent to the Contracting Officer (CO). h) Provide access to all work and all of the A-E facilities and equipment engaged in the work for inspection by the Contracting Officer during normal business hours. INDIVIDUAL PROJECT ORDERING A Statement of Work and Request for proposal shall be sent to the A-E for each task order. The Statement of Work will include: • Description of project • Project location • Scope of work • Report and record keeping requirements • Time constraints or schedules • Submittal requirements • Technical contacts for coordinating work • Government furnished items The A-E Contractor shall review each Statement of Work and prepare and submit a written proposal to the designated project manager, or individual as designated in the Statement of Work. The Contractor shall submit a proposal indicating hours of each skill and other costs needed to complete the project, along with any narrative supporting the level of work and total cost of the proposal. If needed, the Contractor and the Government will meet to clarify the project. If the A-E proposal is unacceptable, negotiations shall be conducted. Upon agreement of the work and price, a Delivery Order will be issued for signature. A signed order will constitute acceptance and also serve as Notice to Proceed on that specific order. The A-E Contractor shall complete the engineering or other services requested. The deliverables shall be defined in the Statement of Work furnished for each delivery order. After the Forest Service review of the completed deliverables, they may be returned to the A-E for correction, changes, or additions, if required. The corrected deliverables shall be returned to the project manager. COMPLIANCE WITH CODES AND STANDARD Engineering design work under this contract shall be completed in accordance with the current edition of the AASHTO LRFD Bridge Design Specifications, AASHTO Guide Specifications for Design of Pedestrian Bridges, Forest Service policy and specific project requirements. Load ratings for existing bridge shall be completed in accordance with the current edition of The Manual for Bridge Evaluation, published by AASHTO. DRAWINGS AND SPECIFICATIONS Specific drawing requirements shall be provided in the individual Statement of Work. In general drawings shall be prepared in a straightforward, logical, clear, manner, and be clearly detailed. Construction specifications for all projects shall be the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects- FP-03 (U.S. Customary Units), current edition, published by the Federal Highway Administration, applicable standard Forest Service supplemental specifications, and any project specific supplemental specifications. The Buy American Act requires that U.S. manufactured end products be used so long as the domestic items are of satisfactory quality and are available in sufficient quantity. This Act must be considered in all design decisions. Any exception to this Act must have prior approval from the Contracting Officer. The use of proprietary trade names is generally not permitted. SITE SURVEYS TOPOGRAPHICAL AND OTHER INFORMATION In individual task orders, the CO may authorize the A-E in writing to obtain site surveys, hydrologic and hydraulic design information, subsurface geotechnical investigation, or other required services. The A-E is responsible for arranging and overseeing the performance of topographic surveys, test surveys, test borings, soil tests, subsurface exploration, and other such investigations they determine are required for the design of the project. SUBMITTALS The A-E shall submit all drawings, specification, reports estimate and calculations to the project manager. The quantity of submittals shall be indicated in the Statement of Work for each task order. The schedule of submittals shall be defined in the Statement of Work for each task order. Paper copy drawings shall be submitted in the size indicated in the Statement of Work. Electronic drawings shall be submitted in AutoCad Format (.dwg), in the version indicated in the Statement of Work. Cost Estimates shall be submitted in Microsoft Excel format (.xls or.xlsx) Specifications, reports, and studies shall be submitted in Microsoft Word format (.doc or.docx) CONSTRUCTION SERVICES Construction services may consist of the following: 1) Preparation of additional explanatory drawings 2) Review of shop drawings 3) Site visits 4) Monitoring of construction Monitoring of construction shall be performed by a qualified employee of the firm acceptable to the CO and may include, but not be limited to the following: 1) Attendance at pre-construction conference 2) Review of construction for compliance with contract documents 3) Review of foundation conditions 4) Review of concrete forms for dimension, alignment, placement of steel, and safety. 5) Maintenance of a bound project diary on all reviews made, and furnishing scheduled reports to the Contracting Officers Representative. 7) Preparation of "as-built" drawings from Construction Contractor furnished plans and information noting any approved deviations from the originals during construction. 8) Assisting with conducting final inspection. SPECIAL PROVISIONS TRAVEL EXPENSES The Government may reimburse the Contractor for actual cost of travel and expenses if approved in the individual Task Orders. The contractor will arrange for travel, accommodation and/or other related expenses, and pay the costs thereof. (Other expenses shall be those directly involved in the furnishing of these services and approved by the Contracting Officer prior to any costs being incurred.) Expenses incurred will be considered reasonable and payable only to the extent they do not exceed on a daily basis, the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation prescribed by the General Service Administration for travel in the conterminous 48 states. SUBCONTRACTING FOR WORK OR SERVICES No contract shall be made by the A-E with any other party for furnishing any of the work or services herein contracted for without written approval of the CO, except as otherwise provided for in the terms of this contract. This provision shall not be taken as requiring the approval of contracts of employment between the A-E and personnel assigned for services there under. RELEASE OF INFORMATION The A-E agrees not to divulge or release any information developed or obtained in connection with the performance of this contract or any possible construction based on the results thereof (including, but not limited to, plans, specifications, location, time or estimated cost of construction) except to authorized Government personnel or upon prior written approval of the CO. PERSONNEL QUALIFICATIONS All engineering design and structure load rating work under this contract shall be performed by or under the direct supervision of structural or civil engineer, licensed in the State of California, or in the State where the project is located. Previous bridge design experience is required. The seal and signature of the licensed professional engineer is required on all final design and drawing submittals. GOVERNMENT-FURNISHED SUPPLIES AND SERVICES The A-E may, as appropriate, receive the following as Government furnished material or as otherwise indicated in the Statement of Work for each task order: 1. CAD standards with electronic drawing file format in AutoCAD with title blocks, borders, and layer definition. 2. Design criteria and information relative to existing conditions. 3. Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-03) 4. Forest Service supplemental specifications for the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-03) LIABILITY FOR GOVERNMENT COSTS RESULTING FROM DESIGN ERRORS OR DEFICIENCIES A-E contractor shall be responsible for the professional quality, technical accuracy, and coordination of all services required under this contract, and will be liable for Government costs resulting from negligent errors or deficiencies in designs furnished under its contract. Therefore, when a modification to a construction contract is required because of an error or deficiency amounting to negligence in the services provided under this contract, the contracting officer may consider the extent to which the A/E contractor may be reasonably liable. The contracting officer may enforce the liability and collect the amount due, if the recoverable cost will exceed the administrative cost involved or is otherwise in the government's interest. III) MINIMUM AND MAXIMUM CONTRACT AMOUNTS The maximum contract value may not exceed $1,000,000 aggregate total. The minimum guarantee for the contract shall be $2,500 per IDIQ contract award over life of contract. The value of the individual task orders executed under this contract may range from $1,000 to $150,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for five years, or until the maximum dollar limit is reached, whichever occurs first. Estimated start date for this contract is July 2013. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. This procurement is set aside for small business. The NAICS Code for this procurement is 541330 and the annual small business size standard is $14 million. After the best qualified pool of contractors is determined, the solicitation with the common clauses to all task orders shall be sent to these contractors only. The government expects to make between 2 to 4 awards from this solicitation. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. IV) SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS SF 330s will be evaluated to determine the most highly qualified firms based on criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/ individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. A) SUBMISSION REQUIREMENTS: SF 330, Part I, is limited to 40, 8.5"x11" pages. Minimum font size is 10. Submit the following: 1) One (1) original and two (2) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key subconsultants) addressing following selection criteria information; and 2) One electronic copy, in Adobe Acrobat PDF format, of the complete SF330 being submitted by the firm. B) SF330, Part I, Section B, Contract Information: In Block 5, list firm's Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. C) SF330, Section D, Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key subconsultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.). D) CRITERIA 1: SF 330, Section E, Professional Qualifications: Professional qualifications for the Project Manager and key personnel anticipated for this contract. Submission Requirements: Provide resumes for the Project Manager and key personnel anticipated for this contract. Resumes shall contain experience and qualifications, and shall not exceed 3 typed pages per individual. E) CRITERIA 2: 1) SF330, Section F, Specialized Firm/Team Experience: Specialized experience and technical competence of the proposed team members assigned to this contract as it relates to the work activities. Submission Requirements: For each firm, provide a maximum of ten (10) specific completed projects that best illustrate overall team experience relevant to the work activities outlined in this contract. Include within block 24 of SF330, Section F, additional sheets may be used, if required: • A Brief narrative of the project. • Dates of performance • Indicate whether you were the prime or a subcontractor. • Award amount of contract. • Project name, firm name, point of contact name, address and phone number. • Place an asterisk "*" by any job which is similar to the requirements of this solicitation. 2) SF330, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in SF330 Section F, provide a maximum of ten (10) projects. F) CRITERIA 3-5: SF330, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 5; additional sheets may be used, if required. Clearly identify the Criteria number and title. 1) CRITERIA 3: Capacity to accomplish the work in the required time. Submission Requirement: Describe firm's capacity to accomplish projects within required time frames and to accomplish multiple delivery orders within short delivery periods. Indicate the firm's present workload and the anticipated availability of the project team (including consultants) for the specified contract performance period. Indicate any specialized equipment availability. 2) CRITERIA 4: a. Past performance with Government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: For each project provided as experience under Criteria 2, list any applicable favorable awards and commendations. Other performance evaluation results and awards may also be listed separately. Reference agency/company issuing evaluation/award/commendation and respective date. If a federal contract, state evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, so state. Please address the following components of past performance for each project provided as experience under Criteria 2: • Original contract price and any modifications that increased cost and the reason for modification. • Original contract time and actual completion date (circumstances for contract extensions may be addressed). b. Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty; b) describe the prime's QC program; who is primarily responsible for the QC program, how does the prime firm ensure quality consistently across the entire team. Illustrate success in implementing the program; and c) Address the team's QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the government's effort to QA the A/E's work product for errors, omissions, and quality. 3) CRITERIA 5: Location: Firm's location and demonstrated knowledge of the general geographical areas in which projects could be located. Projects will be generally be located on the 18 National Forests throughout the State of California. Submission Requirements: Provide the location of main offices, branch offices, and sub-consultants offices. Describe and illustrate the team's knowledge and availability to work in the above-stated geographical area. G) ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments). Firms must be registered with Central Contractor Registration (CCR) prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov. H) Those firms that meet the requirements in this announcement and wish to be considered must submit SF 330 packages per above listed Submission Requirements, to: USDA Forest Service Acquisition Management 1323 Club Drive Vallejo, CA 94592 no later than 3:30 p.m. local time, PST, on July 2, 2013. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile and E-mail submittals will not be accepted. E-mail address for inquiries is: danmayer@fs.fed.us Point of Contact Dan R. Mayer, Contract Specialist, Phone 503-630-8709, Email danmayer@fs.fed.us *** END OF ANNOUNCEMENT ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/91S8/AG-91S8-S-13-0020/listing.html)
- Place of Performance
- Address: Projects are located on National Forest land, in the State of California, generally located in remote or rural areas., Various, California, United States
- Record
- SN03076339-W 20130602/130531235553-122e9be68a78887b5aacb0489d4afaef (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 |