COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,2000 PSA#2655 USAED, Sacramento, Corps of Engineers, Attn: A-E Negotiations Section,
1325 J Street, Room 1079, Sacramento, CA 95814-2922 C -- MISSLE TRANSPORT BRIDGE AT VANDENBURG AFB, CA DUE 081500 POC Ms.
Judy Grant, (916) 557-5244 Architect-Engineer: Architectural and
Engineering (A-E) design services are required for a Missile Transport
Bridge (replacement bridge) at Vandenberg AFB, CA. This work will
include all A-E and related services necessary to complete the design
including A-E services (construction management) during construction
phase (optional). The estimated construction value is between
$5,000,000 and $10,000,000. Design to be completed by 30 June 2001.
THIS IS NOT A SOLICITATION ANNOUNCEMENT; THIS IS A SOURCES SOUGHT
SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN
KNOWLEDGE OF POTENTIALLY QUALIFIED SMALL BUSINESS SOURCES AND THEIR
SIZE CLASSIFICATIONS RELATIVE TO SIC CODE 8712 (SIZE STANDARD $4.0
MILLION AVERAGE ANNUAL RECEIPTS FOR PROCEEDING THREE FISCAL YEARS).
RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE
GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS -- SEE SUBMITTAL
REQUIREMENTS BELOW. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES
SOUGHT SYNOPSIS, AND IF THE GOVERNMENT STILL PLANS TO PROCEED WITH THE
ACQUISITION, A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN THE CBD.
RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS ARE NOT ADEQUATE RESPONSE TO
THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO
RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO
THIS SOURCES SOUGHT SYNOPSIS. PROJECT INFORMATION: The project consists
of designing a causeway bridge of approximately 2,100 lineal feet on El
Rancho Road over San Antonio Creek. The bridge includes piles, pile
caps, piers, and girders to support the bridge deck. The two-lane
bridge spans the San Antonio Creek wetlands and shall provide a
flood-free crossing for flood flows up to the 100-year level. Related
work includes new approach pavement, demolition of the existing bridge
deck, relocation of existing electrical and communication lines and
other utilities, and revegetation and habitat restoration. A-E services
are expected to be required for field investigation, topographic
surveys, subsurface exploration to obtain geotechnical design criteria,
archaeological testing, hydraulic analysis using HEC-2 model, sediment
transport analysis, project definition (approximately 15% design),
final design including drawings (CADD), technical specifications,
M-CACES cost estimate and calculations. The design is expected to
reflect the various mitigation measures identified in the EIS (prepared
by others) such as features to reduce the construction period, reduce
noise impact, sedimentation control, minimum habitat disturbance, and
mitigation for special-status wildlife species. Also required is review
of shop drawings, preparation of as-built drawings, habitat restoration
and monitoring plan, relocation of special-status wildlife species by
qualified biologists, and other site visits as required. A-E FIRMS
QUALIFICATIONS: a. Specialized experience and technical competence in
the following:(1) Demonstrated experience in the design of similar size
causeway-type bridges.(2) Demonstrated experience in the various
environmental issues associated with this design. (3) Computer
Resources -- firms must indicate the following items (a) accessibility
to and/or familiarity with the Construction Criteria Base (CCB)
system. This shall include as a minimum the SPECINTACT specification
system and the M-CACES estimating system; (b) demonstrated CADD
capability for bridge design and as described above; (c) HEC-2 modeling
capability. b. Professional qualifications in the following key
disciplines: project management, bridge design, environmental
mitigation, habitat restoration for native vegetation and
special-status wildlife species. (1) The design team must possess
experienced, registered personnel in Structural, Civil, Electrical,
Geotechnical, Hydraulic, Environmental, Biologist, Archeologist, and
Landscape Architect. (2) The evaluation will consider education,
training, registration, overall relevant experience and longevity with
the firm. (3) A qualified Cost Engineer shall be part of the design
team. Qualified in defined as a professional engineer certified by a
recognized cost engineering society. (4) A key discipline shall be the
project manager with demonstrated experience in managing similar
complex projects. (5) Demonstrated experience by the prime in working
with the chosen consultants on other projects. (6) The project team
Management Plan including team organization and proposed method in
carrying out the work to meet the specific project requirements and
schedule. c. Capacity to accomplish the work in the required time
frame. d. Knowledge of the locality such as seismic design,
revegetation and habitat restoration and mitigation for special-status
wildlife species. e. If an 8(a) firm or a small business were to
receive an award as prime contractor as a result of any future 8(a) or
small business set-aside Architect-Engineer (services) solicitation,
the 8(a) or small business prime will be required to comply with FAR
52.219-14 which states that "at least 50 percent of the cost of
contract performance incurred for personnel shall be expended for
employees of the concern". SUBMISSION REQUIREMENTS: Responses to this
Sources Sought Synopsis shall provide proof of specialized experience
and technical competence in each of the above Qualifications. Firms
submitting shall present their information in a matrix format showing
contracts they have performed. The matrix shall show those most recent
five projects that prove you can meet each qualification criteria
listed above, with contract numbers, contract type (firm fixed-price,
cost reimbursement, etc.), total contract price, client's name, current
and accurate client point of contact with phone number, project
location, description of the contract's work requirement, dollar size
of the contract, specific description of the actual work that the
respondent did (was your firm the prime or a subcontractor, what
specifically did your firm perform and what percentage of the entire
contract did your firm perform), dates of the contract performance,
current status of the contract, phaseof work. Provide your ability to
meet the qualifications above relative to qualified professional people
and any other remarks. If multiple offices are proposed for execution
of contract services, identify the capabilities of each office by
discipline, identify the location of all key personnel, and demonstrate
previous causeway bridge design project experience where multiple
offices were used successfully (include specific reference regarding
methods for coordinating between offices). Firms responding to this
sources sought synopsis must also provide proof that the firm, as a
prime, can meet the 50% requirement with its own labor force. Provide
a listing of your proposed subcontractors and their business size (LB,
SB, WOSB). Firms should also indicate all applicable professional
registrations and /or certifications of all personnel and
subcontractors proposed to work on the contract. Two copies of the
responses to this sources sought synopsis may be faxed, e-mailed, or
mailed to the attention of Ms. Judy Grant, (916-557-5244, fax
916-557-5264), jgrant@spk.usace.army.mil
<mailto:jgrant@spk.usace.army.mil>, 1325 J Street, Sacramento, CA
95814-2922). Responses must be received no later than 4:30 PM Pacific
Daylight Time, on 15 August 2000. Firms responding to this announcement
who fail to provide all of the required information cannot be used to
help the Government make the acquisition decisions, which is the intent
of this synopsis. This notice is to assist the Sacramento District,
Corps of Engineers in determining potential sources only. No
solicitation is currently available. All firms responding to this
sources sought notice are advised that their response to this notice is
NOT a request to be considered for a contract award. If a solicitation
is issued, it will be announced later in the CBD and all interested
parties must respond to that solicitation announcement separately from
the response to this sources sought synopsis. Posted 07/31/00
(W-SN480402). (0213) Loren Data Corp. http://www.ld.com (SYN# 0016 20000802\C-0006.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 31, 2000 by Loren Data Corp. --
info@ld.com
|
|
|