Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOLICITATION NOTICE

Y -- GA ERFO NPS CUIS 2017-1(1)

Notice Date
3/10/2020 8:33:05 AM
 
Notice Type
Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
693C73 EASTERN FED LANDS DIVISION STERLING VA 20166 USA
 
ZIP Code
20166
 
Solicitation Number
693C7320R000006
 
Response Due
3/13/2020 11:00:00 AM
 
Archive Date
10/01/2020
 
Point of Contact
MELVIN O. SLOAN, C. Shawn Long, Fax: 7034046217
 
E-Mail Address
EFHLD.CONTRACTS@dot.gov, eflhd.contracts@dot.gov
(EFHLD.CONTRACTS@dot.gov, eflhd.contracts@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
FEDERAL HIGHWAY ADMINISTRATION EASTERN FEDERAL LANDS HIGHWAY DIVISION CUMBERLAND ISLAND NATIONAL SEASHORE CAMDEN COUNTY, GEORGIA PROJECT GA ERFO NPS CUIS 2017-1(1) Solicitation Number: 693C73-20-R-000006 DESIGN-BUILD (D-B) SOLICITATION REQUEST FOR QUALIFICATIONS (RFQ) Project Description:� Project GA ERFO NPS CUIS 2017-1(1) is located entirely within the Cumberland Island National Seashore, Camden County, Georgia. The project work to the sites includes repairs to three sites damaged during Hurricane Mathew in October 2016 and from Hurricanes Irma and Maria in September 2017.� During these events, the St. Marys Dock and portions of the Dungeness Dock were destroyed and the Sea Camp Dock was damaged.� As a result, the Park has been conducting ferry operations from the City Dock and providing limited service to Cumberland Island on the Sea Camp Dock. Project GA ERFO NPS CUIS 2017-1(1) consists of removing existing damaged docks, piles and ramps; restoring access to the St. Marys Dock; design and construction of replacement docks at the St. Marys, Sea Camp and Dungeness locations; restoration of power to the St. Marys Dock and other miscellaneous work.� The projects are located entirely within Camden County, GA and the Cumberland Island National Seashore.�� The base contract for the project may include, but is not limited to: (a) removal of the existing floating docks and pilings at the St Marys, Dungeness and Sea Camp Docks; (b) restoration of ferry service at the St. Marys Dock by means of temporary and/or permanent dock construction; (c) maintenance of ferry service to the Sea Camp Dock on the Cumberland Island; (d) design, fabrication and construction of floating docks, piles, fender and dolphin piles (e) design, fabrication and installation of ABA access ramps from the dock to the ferry that incorporates and accommodates for tidal fluctuations; (f) coordination with the ferry company; (g) permitting; (h) geotechnical boring and analysis, hydraulic analysis and structural design of temporary and permanent replacement facilities for the docks; (i) quality assurance and quality control for design and construction; (j) project management including coordination with the National Park Service (NPS), U.S. Army Corps of Engineers (USACE), Town of St. Marys, and the Government of the United States of America � Federal Highway Administration(FHWA)/Eastern Federal Lands Highway Division (EFLHD or the Government). It is anticipated that all work will occur from work boats and barges except for construction activities required at St. Marys Dock to connect to the shore.� Site access and construction activities are permitted seven days a week, 24 hours a day except where limited during the construction of the St. Marys Dock. The construction cost for this project is estimated to be between $1,000,000 and $5,000,000.� Design-Build Scope of Work (SOW):� The scope of work to be undertaken by the successful Offeror under contract for this project will be provided in the Invitation for Bid (IFB).� The following is a listing of some of the major work elements expected for this project: Design Work: facilities will be designed and constructed in accordance with, but not limited to, AASHTO, Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-14), and the Federal Lands Highway Project Development and Design Manual (PDDM), and other relevant standards; geotechnical boring, materials testing, analysis and design; hydraulic analysis; structural analysis and design of piles, docks and ramps; review of the Design Plans at 70% Design; approval of Construction Plans; preparation of shop drawings; preparation of permit applications, payment of application fees, submission, and resolution of comments as necessary to obtain all required permits for construction of the project; community and stakeholder involvement and coordination, including documentation of meetings. Construction Work Common to All Docks: fabrication and installation of new piles for substructure and new dolphin and fender piles; fabrication and installations of new floating docks and ramps; installation of new electrical conduit, wiring, and pedestals, connection to existing electrical system; construction staging as necessary; obtaining all permits for construction, and implementing permit requirements, including erosion and sediment control measures; product warranties; material testing; quality management and independent construction inspection; project administration, management, and scheduling; complying with the environmental commitments as identified in the Categorical Exclusion and permits; all incidentals needed to complete the project; construction plan revision submittals; construction survey stakeout and placement of right-of-way monuments; field office for EFLHD use. Design and Construction Work Specific to the St. Marys Dock: design and construction of timber dock sections; installation of new electrical conduit, wiring and pedestals, connection to existing electrical system; establishment of temporary and/or permanent access to restore ferry operations (this item may be evaluated separately). Development of as-built plans, including survey, following construction. Supplemental Work:� Provide qualified and experienced staff to develop appropriate pre-construction or construction protocols as designated by state, federal, and local laws, regulations and/or guidelines, including but not limited to: A Quality Control Plan, a Work Plan, an Accident Prevention Plan, a Health and Safety Plan; an Environmental Management Plan, a Waste Management Plan and a Recycling Plan. Procurement Overview of the Project:� In accordance with Public Law 104-106 (41 U.S.C. 253m), the EFLHD is conducting a ""two phased"" D-B selection process.� Under this Notice, the EFLHD is soliciting D-B firms/teams to participate in Phase One � Qualifications Based Selection � of this ""two phased"" D-B selection process. A selection committee will review and evaluate the Statement of Qualifications (SOQ) submitted by all responsive D-B firms/teams (Offerors).� The selection committee will select up to three of the most highly qualified Offerors to participate in Phase Two of this D-B selection process based on the established RFQ evaluation criteria.� During Phase Two, those Offerors short-listed will be sent a Request for Proposal (RFP), which will outline the remainder of the selection process requirements.� The RFP will contain the requirements necessary for the short-listed Offerors to submit both a Technical Proposal and a Price Proposal during Phase Two.� Those Offerors will be required to provide the necessary information to the EFLHD within 30 calendar days after receiving the RFP.� A copy of the DRAFT RFP is available to interested Offerors during Phase One.� A site visit/pre-proposal meeting will be held at the project location in St. Marys, GA within the first 14 calendar days of the Phase Two period to provide additional information.� This will be the only Government provided opportunity to visit the site.� The sites are otherwise accessible by personal watercraft.� After receipt of the Phase Two Technical and Price Proposals, an Evaluation Board will conduct a ""best value"" analysis, and submit their recommendations to the Selection Official for approval.� Award of one Firm Fixed Price contract is anticipated by approximately June 22, 2020, with Notice to Proceed issued approximately July 6, 2020.� Construction is to be completed by January 31, 2021. It is anticipated that a stipend will be awarded to each Phase Two Offeror providing a responsive, but unsuccessful proposal. Evaluation and Weighting Criteria:� All Offerors responding during Phase One will be evaluated using the following criteria and weightings:� Resumes of Key Personnel Proposed for this Contract (Maximum Score = 10). �The Government will review and evaluate each Offeror's proposed key personnel and the relevant design experience, including technical and geographical similarities between the Offeror's design experience and the work described in this solicitation. � Submit documentation for each key design personnel to be involved in the design and construction of the project, indicating their specific experience within the past ten (5) years performing technically the same or similar structures, geotechnical work, hydrology/hydraulics and erosion control, permitting, and design/construction, project management, construction and QA/QC work for EFLHD, NPS and/or similar DOT, and the percentage of time the members will dedicate to the project.� Personnel should not hold multiple key roles, as identified below, in the Team structure. �As a minimum, include documentation for the following key personnel each having the required experience performing technically the same or similar work in Georgia, Florida, and/or regionally: � Design-Build Project Manager - The Contractor�s principal point-of-contact for all activities throughout the entire design-build process.� This individual shall have a minimum of two (2) years� experience within the past five (5) years performing technically the same or similar work, and on at least one project with a contract value greater than $1,000,000. � Designer of Record - The Contractor�s single point of responsibility for all design procedures and decisions. This individual shall be a registered, licensed, Professional Engineer in the State of Georgia and have a minimum of two (2) years� experience performing technically similar work. � Quality Assurance Manager (QAM) - The Contractor�s designee responsible for providing Quality Assurance and Quality Control (QA/QC) of the work, and ensuring conformance with the Contract documents.� This individual shall be a registered, licensed, Professional Engineer having a minimum of ten (5) years supervisory experience in design on marine construction projects. � Quality Control Manager (QCM) - The Contractor�s designee responsible for providing Quality Control of the construction work, and ensuring conformance with the Contract documents.� The QCM is responsible for the oversight of all construction activities.� This individual shall have a minimum of ten (5) years supervisory experience in marine construction projects. Permitting and Utility Coordinator � The Contractor�s single point-of-contact for coordinating with permitting agencies and utility companies.� The Contractor may assign a permit coordinator separate from other responsibilities or in combination.� This individual shall have a minimum of two (2) years� experience performing technically similar work.� � Construction Manager � The Contractor�s authorized representative in charge of the construction work having a minimum of five (5) years� experience as construction manager.� This individual shall have a minimum of two (2) years� experience performing technically similar work, and on at least one project with a contract value greater than $1,000,000. � Hydraulic Engineer � The engineer in charge of the hydraulic design work having a minimum of ten (10) years� experience as hydraulic or water resources engineer.� Hydraulic design experience should include coastal engineering using methods and standard engineering practices of FHWA publication HEC-25 (Highways in the Coastal Environment), hydrodynamic modeling associated with coastal flood zone mapping created by FEMA.� This individual shall have a minimum of two (2) years� experience within the past five (5) years performing technically the same or similar work, and on at least one project with a contract value greater than $1,000,000. � Obligation to keep team intact.� The services covered by this procurement process including in-house personnel, subcontractors and outside associates or consultants will be limited to the individuals or firms that are specifically identified during the RFQ submittal process. The contractor shall obtain the Contracting Officer�s written consent before making any substitution for these designated in-house personnel, subcontractors, associates, or consultants. � Construction Capability and Resources (Maximum Score = 20).� Representative contract information for each reference project. This may include but is not limited to the contract name, value, years of design/construction, project location and description of related work. � Example Projects.� Submit documentation that shows the past performance and experience of the Offeror�s proposed team, including but not limited to, the lead engineering/design firm, subconsultants, and subcontractors that the Offeror proposes to utilize in the execution of this D-B project.� Offerors must demonstrate past performance and experience in the following area: � Constructing docks, marinas or other marine work in sensitive environmental areas and community areas, managing the maintenance of traffic, dock design and construction, environmental permitting, and implementing community relations and outreach programs of projects of the size and complexity of this project; � The lead design firm and lead construction contractor shall each list at least three (3), but no more than five (5), relevant dock or marina projects, including any D-B projects, performed in the past ten (10) years.� The lead construction contractor's projects shall be those with a contract value of greater than $500,000.� Offerors must identify any projects where the lead contractor and the lead designer have worked together, on the same project, in a Design-Build relationship.� If any D-B project is provided as a reference that was not performed together by the lead design firm and lead construction contractor, then the Offeror shall identify the design professional or construction entity with whom it contracted for each such project. � Submit documentation that shows evidence of performance with past and present customers; past and present subcontractors; Federal, State, and local government agencies; utilities owners; and/or consumer protection organizations will be considered.� Include names, titles, email addresses, and phone numbers for all references submitted.� Highlight any experience of having performed design and/or construction work involving EFLHD or the NPS. � The Government will review and evaluate the information about each Offerors' past performance and experience in the design and construction of roadway projects based on the Offeror's record and reputation for satisfactorily completing projects similar in size, scope, and complexity.� As a minimum, include the following: � Points of Contact.� Identify the official representative and point of contact for the Offeror relative to this RFQ.� Identify such representative�s title, address, phone and fax numbers, and e-mail addresses, and be signed by an authorized representative of Offeror�s organization.� If the Offeror is not yet a legal entity or is a joint venture, all major participants or joint venture members shall sign the letter.� � If the Offeror is a limited liability company, joint venture or any form of partnership, provide complete copies of the organizational documents that allow, or would allow by the time of contract award, the Offeror to do business.� In addition, the Offeror shall provide a letter from a surety or insurance company stating the Offeror can obtain a Performance and Payment Bond based on the current estimated magnitude of $1,000,000 to $5,000,000. � Organization Chart of Proposed Team.� Provide an organizational chart showing the flow of �chain of command� with lines identifying the participants who are responsible for major functions to be performed and their reporting relationships in submitting the SOQ, managing, designing and constructing the Project.� If the Offeror intends to use a specific subconsultant or major subcontractor, then it shall identify such entity by name in the organizational chart provided, however, that the obligation to keep Team intact, shall apply for such identified parties.� This chart should provide the following: � The functional structure of Offeror�s project team down to the design discipline leader and construction superintendent level identified by name.� Ensure positions/personnel are color coded in accordance with the organization with which they are associated.� Key Personnel as identified in SOQ shall be identified using symbols identified in a legend within the organizational chart.� Identify the percentage of time the Key Personnel will dedicate to the project. � If a corporate officer is listed among the Key Personnel, provide a brief description of how and where he/she plans to perform project duties, including number of hours per week dedicated to this project in their role as Key Personnel, while also fulfilling corporate obligations. � Identification of design subconsultants, specialty subconsultants and major subcontractors.� This will include designation of a licensed engineering company and a licensed construction company. � Quality Management Plan (Maximum Score = 10). �The quality management plan consists of the quality control plan (QCP) and quality assurance plan (QAP) for design and construction activities. �Prepare a Quality Management Plan that establishes a clear distinction between QC and QA activities and specifies the personnel performing each function.� The Government will review and evaluate each Offerors' quality management plan to assess the soundness and reasonableness of the Offeror�s planned QA and QC for Design and Construction of all materials on project.� The plan should be specific to this project. � Submit a description of the system to be used to manage the design and construction schedule, and the management system to control cost and quality of materials.� Describe how the systems will be updated and monitored.� Explain how the Offeror will provide Quality Assurance (QA) and Quality Control (QC) for both the design and construction elements of the project, including the names of QA/QC managers, the names of independent testing laboratories, and the number of personnel at various certification levels planned for the Project. �Describe how the QA and QC organization will operate, including how it will interface with the Offeror's organization, NPS, and EFLHD.� The Offeror should demonstrate how QA and QC functions will be performed independently to maintain the integrity of the QA and QC process. � Submit evidence of construction performance within the past seven (7) years, indicating that quality work was completed on-schedule and within budget.� Include any statements as to the Offeror's integrity, reasonable and cooperative conduct, and commitment to QA/QC and customer satisfaction.� Submit a minimum of two (2) references. � Financial Condition (Total Maximum Score = 10).� The Government will review and evaluate each Offerors' financial condition to perform the design and construction of the project. � Submit the most recent audit report performed by the Defense Contract Audit Agency, or similar audit, reflecting the Offeror's rates and detailing the makeup of cost pools from which the rates are derived.� Include audits for all joint venture partners and architect-engineering firm subcontractors.� Include a Dun and Bradstreet Comprehensive Report, or a similar report, prepared by an independent business reporting agency that provides a company profile to include the number of employees; a debt to asset ratio; payment history; a credit evaluation/rating and a comparison of this rating to other firms in the same industry; and a history of the Offeror's ownership. � Describe any project that the lead contractor or lead designer were involved in within the past five (5) years that resulted in: (a) the assessment of liquidated damages against one of such parties; (b) claims being submitted by or against one of such parties that involve the project owner; (c) one such parties having received a notice to cure a default due to the party�s non-performance or poor performance of the underlying contract; or (d) one of such parties being terminated for cause. �For any such situation, explain the circumstances and identify the project owner�s representative and his/her current telephone number. � If the Offeror is a limited liability company, joint venture or any form of partnership, provide complete copies of the organizational documents that allow, or would allow by the time of contract award, the Offeror to do business in the State of Georgia. � Disclose any outstanding litigation that could materially and adversely affect the financial condition of the lead contractor and/or the lead designer. � Project Understanding and Approach (Maximum Score = 25).� The Government will review and evaluate each Offerors' understanding of tasks involved and approach to managing, designing, and constructing the project. �Projects that do not provide an approach incorporating full, Temporary or Permanent Access at St. Marys Dock within 60 days of the Notice to Proceed (NTP) may receive a reduced score if acceptable justification is not provided. � Submit a general description of the tasks involved in the project and the approach the Offeror will take for design and construction administration, including the involvement of the design members of the Offeror's team during construction.� Identify potential risk factors, special issues or problems that are likely to be encountered and explain the approach to mitigate those risks, issues, or problems.� Identify a general description of the planned public involvement and coordination.� Include discussion on how the Offeror intends to maximize the benefits of the D-B process. � Describe the means and methods by which the Offeror will plan and control the scheduling of work to meet the contractual completion date(s), including any plans which address the possibility of early completion.� Provide a conceptual schedule for completion of the project work assuming incorporating the proposed work conditions, beginning with the NTP. � Describe the Offerors� understanding of the required resource protections.� Describe the tasks involved, and, based on Contractor specific construction capabilities discuss the plan for the application of resource protection measures which include proposed construction locations, disturbed areas, access, staging and stockpiling areas that meet the requirements of the completed compliance document and anticipated permitting requirements. � Project Schedule (Maximum Score = 25).� The Government will review and evaluate the Offerors� plan to deliver the project by the required delivery date and identified milestones. Projects that do not provide a schedule incorporating full, Temporary or Permanent Access at St. Marys Dock within sixty (60) days of the NTP will receive a reduced score if acceptable justification is not provided.� All project work must be completed by January 31, 2021. Phase One Submittals:� Interested Offerors may use the Standard Form (SF) 330 U.S. Government Architect-Engineer Qualifications as the basis for their SOQ.� SF 330s are available on the U.S. General Services Administration website at:� http://www.gsa.gov/forms/.� Although SF 330s are formatted for Architect-Engineer and Related Services, the construction elements of the Offeror's SOQ may also be included on the SF 330.� Alternate forms and formats may be submitted, provided that the applicable information from the SF 330 is included.� Each Offeror must provide a clearly marked original and nine (9) copies of the completed SOQ, one audit report, and an electronic version via CD/DVD.� The Phase One SOQ shall be bound and tabbed with the major headings. The SOQ should contain no more than thirty (30) pages typed on one side only. �If tabs contain project-specific information they will be counted as pages.� Provide one audit report, which should be packaged separately.� The SOQ shall be written on 8.5"" x 11"" paper.� All SOQs shall be written using Times New Roman with a font of 12-point.� The SOQ should address each of the rating categories in the same order as listed above. It is not the intent of EFLHD to receive project specific design or engineering recommendations as part of this Phase One selection process.� Offerors should limit their SOQs to the information required by this Notice, and other information that may be relevant to the qualifications and experience of the Offeror.� No reimbursement will be made for any expenses associated with the preparation of Phase One SOQs.� Send one (1) original and nine (9) copies, and an electronic version of the completed SOQ to the following address: ����������� Federal Highway Administration ����������� Eastern Federal Lands Highway Division ����������� 21400 Ridgetop Circle ����������� Sterling, VA� 20166 ����������� Attn: �Melvin Sloan ����������� (Fax and email submissions will not be accepted.) Other Information:� Questions concerning this solicitation may be emailed to Melvin Sloan at EFLHD.contracts@dot.gov.� All step one (RFQ) technical proposals must be received no later than 2:00 p.m. local time on Friday, March 13, 2020 to be considered for further evaluation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0502d1f3b75a43eaaf04d359207d3d0e/view)
 
Place of Performance
Address: Saint Marys, GA 31558, USA
Zip Code: 31558
Country: USA
 
Record
SN05584412-F 20200312/200310230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.