Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2002 FBO #0151
SOLICITATION NOTICE

Y -- Design- Build PRA-NATR 3X5,6 Natchez Trace Parkway, Adams County, MS

Notice Date
4/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, Eastern Federal Lands Highway Division 21400 Ridgetop Circle, Sterling, VA, 22170
 
ZIP Code
22170
 
Solicitation Number
DTFH71-02-R-00009
 
Response Due
5/30/2002
 
Archive Date
6/14/2002
 
Point of Contact
Debra Burgr, Contracting Officer, Phone (703)404-6211, Fax (571)434-1551, - Richard Szymoniak, Procurement Analyst, Phone (703)404-6205, Fax (571)434-1551,
 
E-Mail Address
debra.burgr@fhwa.dot.gov, richard.szymoniak@fhwa.dot.gov
 
Description
Natchez Trace Parkway Project PRA-NATR 3X5,6 is located in Adams County, Mississippi, just north of the city of Natchez. The project consists of completing 8.7 miles of the Natchez Trace Parkway from Liberty Road to U.S. Route 61. The 4.4-mile section of the Parkway from new U.S. Route 84/98 to U.S. Route 61 has been previously constructed and surface treated under former Projects NATR 3X2, 3X3, and 3X4. The only work that remains under this contract is asphalt surfacing, shoulder work, signing, striping, and other miscellaneous roadside cleanup and minor slope stabilizations. The 4.3-mile section of the Parkway from Liberty Road to new U.S. Route 84/98 is new Parkway construction consisting of clearing and grubbing, grading, drainage, base, asphalt surfacing, bridge construction, and other work. This section also includes approximately 1.4 miles of adjacent county road relocation. The new bridge construction consists of seven bridges: Parkway over Liberty Road, Parkway over St. Catherine's Creek and Melvin Bayou, Parkway over County Road A, Parkway over County Road P, Parkway over Palestine Road, Parkway over Perkins Creek, and Parkway over County Road B. Roadway construction limits will be within existing National Park Service property. The final Environmental Impact Statement for the project was completed on October 2, 1998, the Record of Decision has been signed. The estimated design and construction cost is anticipated to be more than $10,000,000. The scope of work for this project will include, but is not limited to, the following: (1) Additional Survey work; (2) Geotechnical work; (3) Hydrology/hydraulics and Erosion Control; (4) Roadway Design and Construction; (5) Bridge Design and Construction; (6) Obtaining Permits (see Section 107 of the draft Request for Proposals (RFP)); (7) Project Management and QA/QC for Design and Construction, and Materials Sampling and Testing. Background and Evaluation Criteria: In accordance with Public Law 104-106 (41 U.S.C. 253m), the Eastern Federal Lands Highway Division (EFLHD) of the Federal Highway Administration is conducting a two phased Design-Build (D-B) selection. Under this Notice, the EFLHD is soliciting D-B firms/teams to participate in Phase One, Qualifications Based Selection, of the two phased selection approach. All D-B firms/teams responding during Phase One will be evaluated using the following criteria and weightings: (1) Experience, Maximum score = 40. The Government will review and evaluate each offeror?s past and current work experience, including technical and geographical similarities between the offeror?s past work experience and the work described in this solicitation. Direct experience of the offeror, joint venture partners, offerors related by an ownership agreement, and/or experience of subcontractors that the offeror proposes to utilize in the execution of this work will be considered. Experience working on Design-Build type projects will not be required in this solicitation; however, EFLHD may issue future solicitations requiring this specific type of experience. Design Experience. Submit experience within the past ten (10) years performing technically the same or similar roadway design, bridge design, geotechnical work, hydrology/hydraulics and erosion control, permitting, design project management, and design QA/QC work for EFLHD, a National or State park, and/or a highway department. As a minimum, experience performing technically the same or similar work on five (5) large projects ($5.0 million or greater construction estimate) in Mississippi and/or immediate border states within the past ten (10) years will be required. Maximum score = 10. Construction Experience. Submit experience within the past ten (10) years performing technically the same or similar construction work, construction project management, and construction QA/QC for EFLHD, a National or State park, and/or a highway department. As a minimum, experience performing technically the same or similar work on five (5) large projects ($5.0 million or greater construction estimate) in Mississippi and/or immediate border states within the past ten (10) years will be required. Maximum score = 10. Design Personnel. Submit key personnel to be involved in the project, indicating their specific experience within the past ten (10) years performing technically the same or similar roadway design, bridge design, geotechnical work, hydrology/hydraulics and erosion control, permitting, design project management, and design QA/QC work for EFLHD, a National or State park, and/or a highway department. As a minimum, include the Designer of Record, the Design QA/QC Manager, the bridge engineers, the hydraulic engineers, and the geotechnical engineers, each having a minimum of five (5) years experience within the past ten (10) years performing technically the same or similar work in Mississippi and/or immediate border states. An additional requirement of the hydraulic engineers will be experience in running sophisticated hydraulic models such as HEC-RAS, SMS, and BRISTARS; experience in designing streambank stabilization measures in accordance with the U.S. Army Corps of Engineers (Southeast Region) and FHWA procedures; as well as experience in sizing bridge openings and computing scour depths. Also submit the Design-Build Project Manager, and his/her experience performing technically the same or similar design project management and permitting work. Maximum score = 10. Construction Personnel. Submit key personnel to be involved in the project, indicating their specific experience within the past ten (10) years performing technically the same or similar construction work, construction project management, and construction QA/QC work for EFLHD, a National or State park, and/or a highway department. At a minimum, include the Construction Superintendent and the Construction QA/QC Manager, each having a minimum of five (5) years experience within the past ten (10) years performing technically the same or similar work in Mississippi and/or immediate border states. Also submit the Design-Build Project Manager, and his/her experience performing technically the same or similar construction project management work. Maximum score = 10. (2) Past Performance, Maximum score = 30. The Government will review and evaluate information about each offeror?s past performance in the design and construction of roadway and bridge projects, based on the offeror?s record and reputation for satisfying its customers. Evidence of past performance from past and present customers; past and present subcontractors; Federal, State, and local government agencies; and/or consumer protection organizations will be considered. Include names, titles, and phone numbers for all references submitted. Design Past Performance. Submit evidence of roadway and bridge design performance within the past ten (10) years, indicating that quality work was completed on-schedule and within budget. Also include any statements as to the offeror?s integrity, reasonable and cooperative conduct, and commitment to customer satisfaction. A minimum of two (2) design references will be required. Maximum score = 15. Construction Past Performance. Submit evidence of construction performance within the past ten (10) years, indicating that quality work was completed on-schedule and within budget. Also include any statements as to the offeror's integrity, reasonable and cooperative conduct, and commitment to customer satisfaction. A minimum of two (2) construction references will be required. Maximum score = 15. (3) Management and Project Delivery Plan, Maximum score = 20. The Government will review and evaluate each offeror's management and project delivery plan to assess the soundness and reasonableness of the offeror's planned approach to executing and delivering the project. Also included will be an evaluation of the offeror's organizational structure and delivery approach to completing a quality project on-schedule and within budget. Schedule and Cost Management System. Submit a description of the system to be used to manage the design and construction schedule, and the management system to control costs. Describe how the systems will be updated and monitored. Maximum score = 10. Organizational Structure. Submit the organizational structure, identifying major participants and describing their roles in the project. Identify the lead firm in the team, and if a joint venture, the equity/interest percentage. Identify how each major partner and subcontractor will interact and fit into the overall team makeup. Maximum score = 10. (4) Capability of Performing the Work, Maximum score = 10. The Government will review and evaluate each offeror's financial capability and capacity to perform the design and construction of the roadways and bridge. Submit the most recent audit report performed by the Defense Contract Audit Agency, or a similar audit, reflecting the firm's rates and detailing the makeup of cost pools from which the rates are derived. Audits for all joint venture partners and architect-engineering firm subcontractors shall be included. Also submit 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 firm's ownership. A maximum of four (4) of the most highly qualified D-B firms/teams will then be short-listed to participate in Phase Two of this D-B selection process. During Phase Two, those firms/teams short-listed will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements. The RFP will provide approximately 30% roadway design plans and the Type, Size, and Location (TS&L) plans for the bridges. It is anticipated that preliminary geotechnical boring logs will also be provided. The RFP will also contain the requirements necessary for the short-listed D-B teams/firms to submit both a Technical Proposal and a Price Proposal during Phase Two. Those firms will be required to provide the necessary information to the EFLHD within 60 calendar days after receiving the RFP. A site visit/pre-proposal meeting will be held within the first 21 days of this period to provide additional information. It is anticipated that a stipend will be awarded to each Phase Two offeror who provides a responsive, but unsuccessful proposal (see Subsection I.A.6 of the draft RFP). A copy of the draft RFP is available to interested D-B firms/teams during Phase One. The draft RFP currently requires the offerors to submit the Price Proposal in two schedules. Schedule A will consist of work to meet the currently available funding amount, and Schedule B will consist of optional work. It is fully anticipated that the funding necessary for the optional work will be available early in the Government's fiscal year 2003 (beginning October 2002). After receipt of the Phase Two Technical and Price Proposals, an Evaluation Board will conduct a ?best value? analysis (see Subsection I.B.6 of the draft RFP), and submit their recommendations to the Selection Official for approval. Award of one Firm Fixed Price contract is anticipated approximately September, 2002, with Notice to Proceed issued approximately October, 2002. 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 submittals to the information required by this Notice, and other information which 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 submittals. Phase One Submittals: Interested firms/teams may use Standard Forms (SF) 254 and 255, U.S. Government Architect-Engineer Qualifications, as the basis for their submittals. SF 254 and 255 are available on the Government Printing Office?s website at: http://hydra.gsa.gov/forms/pdf_files. Although SF 254 and 255 are formatted for Architect-Engineer and Related Services, the construction elements of the firms/team?s submittal may also be included on SF 254 and 255. Alternate forms and formats may be submitted, provided that the applicable information from SF 254 and 255 is included. The Phase One submittals shall be bound and tabbed with the major headings. Send eight (8) copies of the completed submittals to the following address: Federal Highway Administration, Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, VA 20166, Attn: Ms. Debra Burgr, Room 310B. Copies of the draft RFP may be obtained by calling 800-892-8776. All interested firms/teams are strongly encouraged to review the draft RFP. Offerors are also encouraged to submit recommendations for changes to the draft RFP documents during Phase One, as a separate submission. Questions concerning this solicitation may be directed to Ms. Burgr at 703-404-6211, or in her absence, to Mr. Kenneth Atkins at 703-404-6307. All Phase One submittals must be received no later than 2:00 p.m. local time on Thursday, May 30, 2002, in order to be considered for further evaluation.
 
Place of Performance
Address: Adams County, MS
 
Record
SN00068723-W 20020502/020430213208 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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