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