SOLICITATION NOTICE
B -- Biorka Island (Sitka, Alaska) Pier Replacement - Pictures
- Notice Date
- 5/28/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT5714Q80057
- Archive Date
- 8/15/2014
- Point of Contact
- Karen M. Marino, Phone: 6174942437
- E-Mail Address
-
karen.marino@dot.gov
(karen.marino@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment No. 9 Attachment No. 8 Pictures This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT5714Q80057 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-73, effective April 29, 2014. The NAICS Code is 541360; the Small Business size standard is $14 million. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is supporting the Federal Aviation Administration (FAA) with replacing the existing dock/pier located on Biorka Island in Sitka, Alaska with a new pier that better meets operational and safety requirements. The contractor will be required to perform a geotechnical survey to gather information for the design of the new dock/pier in accordance with the Statement of Work (SOW) below. Statement of Work (SOW) - Begin Biorka Island (Sitka, Alaska) Pier Replacement Project 1.0 BACKGROUND The Volpe Center, located in Cambridge, Massachusetts, has been tasked by the Federal Aviation Administration (FAA) to replace a pier which is used for boat access to Biorka Island in Sitka, Alaska. The Volpe Center is a fee for service organization within the federal Department of Transportation (DOT) and serves as technical experts to all modes of the DOT. Volpe's mission is to improve transportation by anticipating and addressing emerging issues and advancing technical, operational, and institutional innovations across all modes. The FAA owns and maintains the dock/pier that provides boat access to Biorka Island in Sitka, Alaska. Biorka Island is located approximately fifteen miles across the inlet from the Town of Sitka. The FAA navigational aids located on Biorka Island are critical in supporting the main north-south air route to Alaska and international flights from the Operational Evolution Partnership (OEP) airport in Seattle, Washington. In addition to supporting major air routes to Alaska from Seattle, the Next Generation Weather Radar (NEXRAD) system for southeast Alaska is located on Biorka Island and provides weather data to the Flight Service Station (FSS) located in Juneau, Alaska. Regular and repetitive heavy surging seas along with constant use have destroyed the face of the existing floating dock. The FAA plans to replace the existing dock/pier on Biorka Island with a new one that better meets the operational and safety requirements of the FAA. The Volpe Center is supporting the FAA in the design and construction of a new pier at Biorka Island. This Statement of Work (SOW) identifies the requirements for a geotechnical survey to gather sufficient information to design a new pier/floating dock. 2.0 TASKS The Contractor shall perform a geotechnical survey to gather information for the design of a new pier/floating dock on Biorka Island, as described in Tasks 2.1. Attachments 1 - 7 provide photos of the existing pier and proposed design illustrations. The Contractor shall provide all of the equipment necessary to perform the work described in this SOW. The Contractor shall be responsible for its transportation to and from the site, including the transportation of its personnel and equipment to and from Biorka Island. The Contractor is also responsible for obtaining the permits required to perform the work on-site. The Volpe Center will provide an on-site Government representative during all geotechnical site exploration work. The Government representative will coordinate the work schedule and access to the site for all geotechnical exploration activities. The Government representative will also monitor all work to ensure compliance with the SOW. 2.1 Sub-Bottom Profiling Survey (CLIN 0001) The Contractor shall perform a sub-bottom profiling survey of the area of the new pier, which will be larger than the existing pier (see Attachments 6 and 7, Proposed Design Illustrations). The new pier will be 250' long x 50' wide with a pier head of 100' long x 50' wide. The Contractor shall identify the survey area and select cross-section locations for the sub-bottom profiling survey prior to the start of work. The Contractor shall produce a map identifying the proposed survey area and cross-section locations and include this map in a Draft Work Plan and Schedule. The Contractor shall determine the appropriate number of cross-sections needed and their locations to produce sufficient data in order to be used in the design of the pier. The Volpe Center will review the plan within one week of its submission and provide comments. The Volpe Center and the Contractor shall meet to discuss any comments and changes, if necessary. The Contractor shall make the changes and submit a Final Work Plan and Schedule within five days of the receipt of the Government's comments. The survey shall identify the location of the bedrock and obstructions around the existing pier along the extent of the approved cross-sections identified in the Work Plan. The sediment stratigraphy shall also be identified along these cross-sections. The results of the sub-bottom profiling survey shall be provided to the Volpe Center in a report outlining the findings of the survey (see Task 2.2). 2.2 Site Investigation Report (CLIN 0002) The Contractor shall prepare a Site Investigation Report detailing the results of the sub-bottom profiling survey. In addition, the report shall contain a second section outlining the Contractor's construction recommendations for the new pier based on the findings of the sub-bottom profiling survey. The report shall contain the following information: 1.) Sub-Bottom Profiling Survey Results: a. Date, data collection method, and location of survey; b. Equipment type, manufacturer, and model information for sub-bottom profiling equipment used; c. Sub-bottom profiling raw data; d. Interpreted results with graphics outlining the soil stratigraphy and bedrock location along the cross-sections; e. Location of obstructions; and f. Other pertinent data and recommendations, as applicable. 2.) Construction Recommendations: a. Comments on completeness of the investigation and the reliability of the data, and whether any further investigation needs to be done; and b. Recommended construction practices and techniques that would work at the site to construct a new pier as shown in Attachments 6 and 7, Proposed Design Illustrations. 3.0 DELIVERABLES (See Attachment 8) The Contractor shall prepare the documents listed in Attachment 8 and provide to the Volpe Center Technical Point of Contact identified below via email by the specified due date. Technical Point of Contact: Name: (To be provided upon award) Phone Number: (To be provided upon award) Email Address: (To be provided upon award) 4.0 PERIOD OF PERFORMANCE The total period of performance of the purchase order shall be 45 days from the date of award. The Contractor shall begin geotechnical investigation activities in June 2014 and complete exploration activities no later than 45 business days from the start of work. The Volpe Center will coordinate with the Contractor prior to the start of work to finalize the work start date. The Contractor must perform all work during regular daytime hours. Regular daytime working hours will be from 0700 to 1700. The Contractor can begin mobilization after award. 5.0 ATTACHMENTS Attachment 1: Pier Location Attachment 2: Biorka Island Pier known as BKA MAREQ Attachment 3: Face of the Biorka Island Pier Attachment 4: Biorka Island Pier looking from shop Attachment 5: Biorka Island Peir looking from the north at low tide Attachment 6: Proposed Design Illustration (High Tide) Attachment 7: Proposed Design Illustration (Low Tide) Attachment 8: Deliverables Attachment 9: Instructions, Conditions, and Notice to Offerors Statement of Work (SOW) - End The Government intends to award one (1) purchase order on a Firm Fixed Price basis as a result of this solicitation. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable quotation. The Offeror shall provide a firm fixed price proposal for all labor and materials, for each CLIN listed below in accordance with the proposal instructions described in the attached Instructions, Conditions, and Notice to Offerors (Attachment No. 9): CLIN 0001 - Sub-Bottom Profiling Survey $_____________________ CLIN 0002 - Site Investigation Report $_____________________ TOTAL for CLINs 0001 and 0002: $_____________________ INSTRUCTIONS TO OFFERORS: The Offeror's proposal shall be prepared in accordance with the instructions described in Attachment 9, Instructions, Conditions, and Notice to Offerors. The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, RVP-32, 55 Broadway, Cambridge, MA 02142. The signed offer must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 2:00 PM Eastern Time on June 6, 2014. FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from a DOT Agency. Contractors may access the Central Contractor Registration (CCR) via the System for Award Management (SAM.Gov) to register and/or obtain information about the registration. Additionally, solicitation Representations and Certifications are no longer provided within the solicitation and must be submitted on-line through SAM.gov. The Offeror is reminded that it must provide Certifications and Representations online at least annually via the Online Representations and Certification Application (ORCA) at SAM.gov. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, (OCT 2010) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.214-35, 52.217-5, 52.217-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-9, 52.223-15, 52.223-16, 52.223-18, 52.225-1, 52.225-13, 52.232-20 and 52.232-33. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT5714Q80057/listing.html)
- Record
- SN03377903-W 20140530/140528235009-abdada0a79ef7962d1ce7f9d7a33628b (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 |