Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,2000 PSA#2534

Federal Highway Administration, Central Federal Lands Highway Division (HPA-16), 555 Zang St., Room 259, Lakewood, CO 80228

C -- ARCHITECT/ENGINEER (A/E) SERVICES, INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES SOL DTFH68-00-RFQ-00005 DUE 030900 POC Robert B. Lale, Contract Development Engineer, 303-716-2010 WEB: Click here for information regarding procurement opportunities, www.cflhd.gov. E-MAIL: Click here to request information regarding procurement, blale@road.cflhd.gov. The Central Federal Lands Highway Division (CFLHD) anticipates two contract awards. The contracts are to operate with individually negotiated task orders issued in accordance with the terms of the contract. The contracts awarded will consist of 1 base year with the potential of four 1-year options. A guaranteed contract minimum of $25,000 will be provided with a maximum value of the contract not to exceed a 5-year total of $10,000,000. Specific task order limitations will be a point of discussion and agreement during the initial negotiation. Construction management services for indefinite delivery-indefinite quantity type contract to be performed during the prosecution of highway construction work on CFLHD projects. In addition, the performance of certain other pre-construction and post-completion engineering activities may be required to assist in the administration of the contract. These services require administration of the construction contract and the making of related determinations and findings in accordance with the contract documents and the making of recommendations upon which the Contracting Officer bases acceptance of the work. Not all services listed below will be required on all projects. Government personnel may be assigned to work with the selected A/E contractors. These required services include: review of contractor/supplier submittals including shop drawing review and recommendations; attendance and participation at various meetings; inspection and surveillance of construction activities; falsework inspection to confirm proper design considerations, adequacy and installation; inspection of on and off-site steel fabrication and pre-cast, pre-stressed or post-tensioned concrete construction; construction photography and/or video logs; preparation of contract modifications and related cost estimates; preparation of construction cost registers; preparation of pay estimates for work completed and other subsidiary activities necessary to assure construction contract compliance. Additional required services may include review and preparation of record drawings; surveying; preparation of plans and specifications; and materials acceptance testing. In addition, the services of a construction cost, pricing and scheduling specialist may be required to analyze a project or part thereof relative to alleged changes or delays in order to assist and to facilitate negotiation or litigation. Only one contract will be awarded to each of two A/E firms; however, each contract will provide for construction management services throughout the United States. It is anticipated that the majority of work will be performed in the same 14 state area (Arizona, California, Colorado, Hawaii, Kansas, Nebraska, Nevada, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Utah and Wyoming). Projects may vary in size and complexity. Smaller projects may include rehabilitation jobs such as recycle/overlay construction or minor grading and drainage corrections with aggregate surfacing or hot asphaltic concrete pavement. More complex projects may include major grading and realignment with tunnel, retaining wall and/or bridge construction and Portland Cement Concrete pavement or hot asphaltic concrete pavement. Each project will generally be associated with Federal and locally owned roads leading to or located within Federally-owned lands. All activities will be performed in accordance with specific statements of work developed for each project and within the parameters set by Federal Highway Administration policies and directives. Firms will be required to perform the predominant amount of work with in-house forces and must demonstrate their ability to satisfactorily accomplish all work items (either in-house or through qualified subcontractors). Selection of firms for award shall be in accordance with FAR 36.602-3 and 36.602-4. Selected firms must submit a subcontracting plan that includes their intended use of small business, HUBzone small business, small disadvantaged business, and women-owned small business concerns. The following evaluation criteria in descending order of importance shall be used in the evaluation of prospective firms: (1) Specialized and recent experience, knowledge, technical competence and other professional qualifications of the firm's staff including capacity to perform work as described above; (2) Past performance supplying construction management for highway and/or bridge construction projects; (3) Managerial approach to delivery of the project including general project delivery plan, approach to quality control and quality assurance, approach to cost control, philosophy for coordination and communication with CFLHD, and timely delivery of project requirements; (4) Geographical location of the firm and it's staff with respect to the 14-state area mentioned above, travel costs to those locations and the firm's ability to respond to task orders quickly; and (5) The extent to which small disadvantaged business concerns are specifically identified and the extent of the firm's commitment to use these concerns. This is not a request for proposal. No solicitation package is available. An A/E Evaluation Board will use the above listed criteria to select several firms for further consideration. No other general notification to firms will be made and no further action is required. Firms desiring to be considered must submit 5 copies of completed Standard Form (SF) 254 and SF 255. SF 254's are limited to 7 total pages, including instructions, and SF 255's are limited to 25 total pages, including instructions. Firms may submit separate SF 254's for each team member or subconsultant. Only one SF 255 should be submitted, detailing all team member's qualifications. All pages must be 8 1/2" x 11" and printed single-sided only. Only responses received in this office by 4:00 pm (MST), March 9, 2000 will be considered. All firms will be notified of the results of the preselection approximately 45 days after this closing date. Posted 02/08/00 (W-SN423362). (0039)

Loren Data Corp. http://www.ld.com (SYN# 0034 20000210\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page