Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20, 2001 PSA #2811
SOLICITATIONS

C -- ARCHITECT AND ENGINEERING SERVICES

Notice Date
March 16, 2001
Contracting Office
USDA Forest Service, 5162 Valleypointe Parkway, Roanoke, VA 24019-3050
ZIP Code
24019-3050
Solicitation Number
R8-08-01-3
Response Due
April 2, 2001
Point of Contact
Sheila Ratcliff, (540) 265-5115, Contracting Officer, Lawrence H. Logan, (540) 265-5111.
Description
Description: THERE IS NO RFP TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF254 AND SF255 ARE CONTAINED HEREIN. ATTENTION 8(a) FIRMS AND UNRESTRICTED FIRMS. In the event responses are not adequate to establish competition in accordance with the Brooks Act (3 or more qualified firms establishes adequate competition), the procurement will become unrestricted. Responses are being received from all firms, 8(a) certified and unrestricted firms. If adequate competition can be established within the 8(a) arena, this procurement will be set aside for the 8(a) program and unrestricted responses will not be evaluated. The Southern Region of the USDA Forest Service is currently seeking A-E firm(s) for an Indefinite Quantity/Indefinite Delivery Engineering Service contract(s) for bridge design (including any related approach work) and/or other transportation related structures located on National Forests land in the state(s) of VA, WV, NC, SC, TN, KY, AR, GA, FL, MS, LA, TX, and AL. Multiple contract awards may be made based on the number, the quality and geographical distribution of the firms responding to this announcement. Other A-E services that may be required include NBIS bridge safety inspections, evaluations and load rating calculations; scour, geo- technical, hydrological investigations, and other bridge related services identified in the individual job orders. No construction work will be required by this contractor. All work shall be in conformance with the 1996 edition (with interims) of the American Association of State Highway Transportation Officials (AASHTO) Standard Specifications for Highway Bridges and/or American Association of State Highway and Transportation Officials Guide Specification for the Design of Pedestrian Bridges (1997), unless directed otherwise by the Forest Service. This will include all required calculations, evaluations, drawings, specifications, cost estimates and other related contract documents. Designs may be for the renovation or replacement of existing structures or the design for a completely new structure. Civil engineering, surveying, geo-environmental engineering and seismological services may be required in support of the structural engineering services. The lead designer shall be a registered structural engineer. The base contract period will extend one year from the date of contract award or until the $300,000 limit fee is reached. The contract will contain the option for government to extend the terms one additional year, or until an additional $300,000 fee limit is reached, or a total not to exceed the amount of $600,000 in two years. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following option period (if exercised). The hourly rates and other identified unit costs will be negotiated for the base period and the option year prior to contract award. The minimum fee is $30,000.00 for the base period. The A-E fee for any task order shall not exceed $100,000. The estimated start date is May 1, 2001. A-E selection criteria will include (in the order of importance): (1) Professional qualifications of the proposed staff and consultants in the preparation of design drawings, calculations, and specifications for road.and trail bridges, low water crossings, major culverts, and other related structures and site work in accordance with the AASHTO specifications referenced above. Experience in conducting bridge safety inspections in accordance with NBIS guidelines and procedures. Designs may include structures of all sizes, types, and configurations such as suspension trail bridges, long span pre-engineered bridge components, long-span low profile culverts, low water fords, retaining walls, etc. For structural portion of the work the staff to be assigned under this contract shall be licensed structural engineers. Proposals should demonstrate knowledge and experience in utilizing a variety of disciplines to produce an integrated design to create structures that are aesthetically pleasing and environmentally acceptable. List only the team members who will actually perform major tasks under this contract. Qualifications should address each individual's specific efforts contemplated by this contract. (2) Specialized experience of the firm (including consultants) in the inspection, evaluations, or the rehabilitation of existing structures; the design of new or replacement structures (mostly road and trail bridges). Firms should demonstrate knowledge and experience in designing structures located in remote, environmentally sensitive areas, often with no, or very limited vehicular access. Identify innovative materials, equipment, and/or construction techniques previously used to overcome limited access conditions. Do not list more than a total ten (10) in Block 8 of SF 255. Indicate which consultants for the proposed team, if any, participated in the preparation of design documentation for the projects listed. (3) Capacity to accomplish work in the required time. Indicate the firms present workload and availability of the project team (including the consultants) for the specified contract performance period and indicate availability of any specialized equipment. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality, and compliance with performances schedules. Indicate effectiveness by listing budget/estimated construction cost, award amount, final design estimate, and construction change order rate for at least five (5) projects. Briefly describe internal quality assurance and cost control procedures. Indicate team members responsible for monitoring these processes and how quality of subcontractors will be assured. List recent awards, commendations, and other performance evaluations (do not submit copies). (5) Location in the general geographic area and knowledge of the locality of the project. Location ratings will be based on the how advantageous they would be in facilitating the government's efficiency to administer the contract. (6) List small, disadvantaged woman owned businesses, veteran-owned small business concerns or HubZone business firms used as primary consultants or as sub-consultants. If a large business concern is selected, the firm will be required to submit a subcontracting plan that should reflect a minimum 5% small business, 5% small disadvantaged business, 5% woman owned small business, 3% veteran-owned small business or service-disabled veteran owned small business and 2% HubZone small business of the amount to be contracted out. (7) Volume of work previously to the firm by the Department of Agriculture within the past twelve months. Those firms which meet requirements described in this announcement and wish to be considered must submit one copy of an SF 254 and SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's SF 255. One submittal package is to be received in this office no later than 3:00 PM (Eastern Standard Time) on the April 2, 2001. Should the due date fall on a weekend or holiday, the submittal due on the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested: indicate solicitation number block 2b, Contractor Establishment Code (CEC) an/or Duns number (for address listed in block 3) and tax identification number (TIN) in block 3, fax number and e-mail address in block 3a, and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews will be scheduled prior to selection of the most highly qualified firms. SF 255s shall not exceed 30 printed pages. (Double sided is considered two pages, organizational charts and photographs excluded. Exception: photographs with text will be considered as a page.) All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation). Firms not providing the requested information in the format (i.e. listing more than a total of ten projects in block 8, not providing a brief description of the quality control plan, not listing which office of multi-office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively rated under selection criteria 3. Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot perform the construction or provide for the supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposals. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. Submit completed SF-254 and SF-255 forms to: USDA Forest Service, George Washington & Jefferson National Forests, Attn: Lawrence H. Logan, Contracting Officer, 5162 Valleypointe Parkway, Roanoke, VA 24019.
Record
Loren Data Corp. 20010320/CSOL001.HTM (M-075 SN50G4U1)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 16, 2001 by Loren Data Corp. -- info@ld.com