SOLICITATION NOTICE
C -- Design of Pier and furnish technical support during construction
- Notice Date
- 8/18/2014
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), U.S. Merchant Marine Academy (Procurement), MMA-5206, Division of Procurement, Kings Point, New York, 11024-1699
- ZIP Code
- 11024-1699
- Solicitation Number
- MMAPR5CIP140022
- Point of Contact
- Doug Pader, Phone: 5167265840
- E-Mail Address
-
paderd@usmma.edu
(paderd@usmma.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- Description: This is a pre-solicitation notice not a request for proposals. No solicitation will be issued until after an evaluation has been made after which the firm with the highest score on the evaluation criteria below will be provided with a solicitation. Location of work is Kings Point, N.Y. (Nassau county). Contractor will also be required to perform construction support services. Contract type will be firm fixed price. The United States Merchant Marine Academy (USMMA) requires the services of an architect/engineer (A/E) to design the replacement of the Crowninshield Pier with wave fence construction, the design to also include Cressy Pier with the repair, rehabilitation and replacement of the seawall as an option for the construction contractor. A/E shall investigate and review the existing conditions at Crowninshield pier, Cressy Pier, adjacent roadway and Prosser boat house. The design shall be fully coordinated with adjacent areas and associated existing conditions and will include demolition, construction drawings, specifications and contract documents to enable the USMMA to obtain proposals for the project. A final detailed statement of probable costs will be prepared. Attendance at conferences at the site with USMMA and contractor personnel will be required. A/E will review contractor operations during construction, submit reports, prepare minutes of progress meetings and respond promptly to all technical engineering questions from the USMMA. The SF330's will be evaluated on the following criteria: •(1) Professional qualifications necessary for satisfactory performance of required services; •(2) Specialized experience and technical competence in the type of work required. This includes experience in the planning and design of piers; •(3) Capacity to accomplish the work in the required time; •(4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; •(5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; •(6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness; •(7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services; •(8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. This is a 100% small business set-aside. The applicable NAICS code is 541310 Architectural Services. The small business size standard is $7.0 million average annual receipts for the firm's preceding three fiscal years. FAR Clause 52-219-14, LIMITATIONS ON SUBCONTRACTING will apply to this solicitation. At least fifty percent (50%) of the contract performance incurred for personnel shall be expended for employees for the concern. Firms must be registered in SAM (System for Award Management) at sam.gov which includes Online Representations and Certifications Application (ORCA). This requirement will be fulfilled pursuant to Federal Acquisition Regulation (FAR) 36.6 and The Brooks Act. Estimated price range of the construction is $1million - $5 million. Total design fee services shall not exceed the statutory limitation of six percent (6%) of the estimated construction cost. The services other than design that occur during the design phase, fall outside of the 6% statutory limitation. No construction contract may be awarded to the firm that designed the project. The period of performance is 120 days after the Notice to Proceed for providing of final plans, drawings and specifications. Estimated time for construction is 9 months. All architectural and engineering construction drawings and specifications shall be signed and sealed by licensed design professionals in New York state. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of the firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Firms that meet the requirements described in this announcement are invited to submit required SF 330's Part I and Part II by 10 a.m. local time on September 22, 2014. Three (3) hard copies shall be sent by U.S. mail or express mail to Attn: Douglas Pader USMMA Procurement Office, 300 Steamboat Road, Kings Point, N.Y. 11024 or delivered by hand to the same address. No electronic copies will be accepted. Failure to submit SF 330 Parts I and II will render the submission non-responsive There will be an informational meeting on September 3, 2014 at 10 a.m. in the 3 rd floor conference room of Furuseth Hall to discuss project scope. Questions regarding this notice and project should be submitted by e-mail to paderd@usmma.edu.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/USMMA/MMAPR5CIP140022/listing.html)
- Place of Performance
- Address: USMMA, 300 Steamboat Road, Kings Point, New York, 11024, United States
- Zip Code: 11024
- Zip Code: 11024
- Record
- SN03468861-W 20140820/140818235300-71051e81a29cb7a703f0de0d6a969433 (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 |