Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2016 FBO #5276
MODIFICATION

C -- Partial Replacement of the Seawall

Notice Date
5/2/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTMA91R1600021
 
Archive Date
5/19/2016
 
Point of Contact
Judy Bowers, Phone: 2023661913
 
E-Mail Address
judy.bowers@dot.gov
(judy.bowers@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This Solicitation Notice is hereby CANCELLED. Pre-solicitation Synopsis Architect-Engineer Services for Design and Construction of the Partial Replacement of the Seawall at the U.S. Merchant Maine Academy at Kings Point, NY Introduction The U.S. DOT/Maritime Administration (MARAD), via this synopsis, is seeking a professional Architect-Engineering (A&E) Firm for the investigation, design and construction for the partial replacement of the Seawall, located at the United States Merchant Marine Academy (USMMA), Kings Point, New York (hereafter referred to as the Academy or the Government). All architecture and engineering construction drawings, reports, surveys, estimates, and specifications shall be signed and sealed by a licensed professional in New York State specializing in their respective field or trade such as electrical, architectural, construction, engineering design, mechanical, structural, civil engineer. The Academy is in operation 365 days a year, 24 hours a day, and must continue to be in operation during all phases of the design and construction. A complete engineering survey investigation is required resulting in the design and development of plans and specifications, including associated cost estimates of all trades involved in the work. The selected firm shall provide all necessary electrical mechanical and civil engineers and other professional personnel, plus necessary equipment, computer programs, and perform work to investigate, design and construction of the partial replacement of the Seawall at the USMMA. This requirement is 100% set-aside for Small Businesses. The NAICS code is 541330 and the small business size standard is $38.5 million (Mechanical, Civil and Electrical Engineering Services). Selection of an A&E firm will be in accordance with The Books Act (Public Law 92-582) and FAR Part 36.6. This notice is NOT a Request for Proposals. Proposals are not being requested with this notice. Only the most highly qualified firm will be invited to submit a proposal. The Statement of Work is attached for reference purpose only and the ultimate award of this requirement is subject to the availability of FY 2016 funds. Firm Selection To be considered, each firm (including proposed subcontractors) must demonstrate their qualifications with respect to the selection criteria listed below using the Standard Form (SF) 330 - Architect-Engineer Qualifications. SF-330s will be evaluated to determine the most highly qualified firm/team based on submitted SF-330 responses. Failure to provide requested date or comply with the instructions in this synopsis could result in a firm being considered being less than qualified and/or non-responsive and therefore, eliminated from consideration. Evaluation Criteria : Professional qualifications necessary for satisfactory performance of required services; Senior key personnel assigned to this task shall each have at least 15 years of experience in designing, inspection, construction, and report writing of replacement of pier(s). Specialized experience and technical competence in the type of work required; Demonstrated knowledge and experience to investigate, design and construction for the partial replacement of the Seawall, as an option, to meet campus requirements. The evaluation, inspection, and design shall be in accordance with all current local, state and Federal regulations, building codes, and authorities having jurisdiction, as applicable, and subject to the terms and conditions of the contract. The New York State Building Code will primarily govern. Past experience shall include submitting drawings and specifications, assessing comments, developing responses and achieving approvals. In consultation with MARAD, vendor must comply with Section 106 of the National Historic Preservation Act of 1966 (NHPA) and its implementing regulations, 36 CFR Part 800. The Secretary of the Interior Standards for Rehabilitating Historic Buildings. Energy Conservation Refit Study, Historic Structure Report, Historic Building Preservation Plan (1) Demonstrated knowledge and experience with design to include demolition construction drawings, shop drawings, catalog cuts, specifications and contract documents to enable the USMMA to obtain proposals for the project and proceed with successful completion of all work indicated in this statement of work. (2) Demonstrated experience and ability to prepare preliminary and final designs that meet the USMMA programing requirements. (3) Demonstrated knowledge and experience with schematic design studies for the demolition phase to include hazardous materials remediation requirements and environmental and historical preservation requirements, if required. (4) Demonstrated experience preparing detailed estimates of probable construction costs for each design submission. Capacity to accomplish the work within the required time; and, Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Discussions will be held with up to three of the most highly qualified firms regarding the Partial Replacement of the Seawall, as an option, the relative utility of alternative methods and feasible ways to prescribe the use of recovered materials and achieve waste reduction and energy-efficiency in design. After discussions, a final selection of the highest qualified firm will be made and negotiations will be held. If a satisfactory agreement cannot be reached with the highest qualified firm, then negotiations will be held with the next most qualified firm in descending order until an agreement is reached. Submission Requirements Interested firms should fully address their capability and qualifications with regards to each of the evaluation criterion specified. Firms shall submit a list of three (3) or more prior surveys where electrical systems and equipment have been inspected and evaluated and, provide samples of reports. Firms should submit complete qualifications as they may be evaluated solely on their written responses to this announcement. Firms interested in submitting their qualifications for this procurement must submit the SF-330, Architect-Engineering Qualification forms with supplemental forms as necessary. Qualifications submitted on a SF-330 will be reviewed and evaluated to qualify firms. Qualification packages must be submitted electronically to Judy Bowers, at judy.bowers@dot.gov no later than 2:00 pm local Washington, DC time on Wednesday, May 4, 2016. The entire Qualification Package submission is limited to 30 pages, must be in PDF format, and must have DTMA91R1600021 - Partial Replacement of the Seawall Qualification Submission in the email Subject Line to ensure timely submission and receipt. Questions may be submitted to judy.bowers@dot.gov and must have Partial Replacement of the Seawall Question in the email Subject Line to ensure receipt and a timely response. ATTENTION: DBE Certified or SBA Certified under Section 8(a); Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business. The Department of Transportation, Short-Term Lending Program offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal. For further information, call 1-800-532-1169. Website: DOT Short Term Lending Program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/DTMA91R1600021/listing.html)
 
Place of Performance
Address: U. S. Merchant Marine Academy, 300 Steamboat Road, Kings Point, New York, 11024, United States
Zip Code: 11024
 
Record
SN04102007-W 20160504/160502234356-33e1f5cd4314f1562ca275ee3ff86cfe (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.