Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

C -- C--Architect/Engineering Services Bolsa Chica Lowlands Restoration Project

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and General Services - R1 U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
101812P053
 
Response Due
9/12/2002
 
Point of Contact
Vickie Ruggles Contracting Officer 5032312391 vickie_ruggles@r1.fws.gov
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Fish & Wildlife Service in cooperation with the various federal and state agencies have entered an agreement to restore the wetlands at the Bolsa Chica lowlands to restore fish and wildlife habitat by restoring tidal influence and recontouring portions of the lowlands. LOCATION OF WORK: The project is located at the Bolsa Chica Lowlands/Wetlands Site in Huntington Beach, Orange County, California. SCOPE OF SERVICES: The U.S. Fish and Wildlife Service will administer the final planning, design, and construction contracts necessary to accomplish the restoration. The Agencies have completed the California Environmental Impact Report and the Federal Environmental Impact Statement. Federal, State and local permits for the project have largely been obtained by the Agencies. The project has a significant public awareness, environmental constraints, and involves political organizations. The permitted project conceptual plan includes constructing a full tidal area, muted tidal areas, and seasonal wetlands areas. The primary emphasis of the project is the restoration of fish and wildlife habitat. However, limited environmental interpretation and education, public access, and service facilities may be constructed as resources allow. Construction activities are likely to include excavation to achieve tidal wetland contours, construction of roads and bridge(s) including a portion of the Pacific Coast Highway 1, jetties, water control structures, bio-engineered bank protection measures, barriers to groundwater encroachment, ebb shoal pre-filling lagoons, and limited service facilities. The scope of services to be provided by the contractor will primarily be: 1). Preparation of plans, specifications, bidding schedules and cost estimates related to (a) civil and hydraulic engineering including, but not limited to, on-site utility systems, water control systems, earthwork, bridges, bioengineering, wetland restoration, levees, bank protection, roads, buildings, and jetties; (b) structural design/documentation services; (c) mechanical design/documentation services; (d) electrical design/documentation services; (e) architectural design/documentation services; (f) landscape design/documentation services; (g) value engineering by an independent team at approximately 35% completion of design. It is anticipated that regular in progress meetings will be held (possibly one per month) as well as scheduled review meetings at approximately 30%, 60% and 90% design completion. 2). Construction management services during the course of the construction (to be added to the contract as a contract modification upon completion of the design phase at the option of the Government). Services in this category include construction management from construction contract award to final acceptance including the warranty period, as follows: Contract administration, including the approval and modifications of project schedules, verification of labor requirements, verification of safety and health requirements, maintenance of a filing system for all contract documents, providing project status briefings to Agencies staffs, and coordination with other contractors that may be conducting project activities; reviewing, approving, annotating, referring or rejecting submittals; field inspection of construction work to ensure compliance with contract requirements; materials testing to ensure compliance with specifications; responding to design clarification requests; preparing bid or contract modifications; reviewing contractor invoices and recommending payment; evaluating value engineering proposals; conducting site visits as required to evaluate progress; conducting final inspections and preparing final lists of deficiencies and omissions; preparing As-Built drawings to serve as recorded documentation for the project; preparing operations and maintenance manuals; providing technical support to the Contracting Officer if claims arise; providing other services as required. Regularly scheduled review meetings will be held and will be chaired in part by the A&E's construction manager. PERIOD OF PERFORMANCE: The work will proceed after the execution of the contract and after the issuance of a Notice to Proceed by the Government. The contract will be multi-year; the design phase is anticipated to be awarded in October of 2002 and completed September 2003. TYPE OF CONTRACT: A Firm-Fixed-Price contract will be awarded. COST RANGE: The estimated construction contract price is greater than $10,000,000. AN ON-SITE INFORMATIONAL MEETING WILL BE HELD AUGUST 14, 2002, 10:00 a.m. A/E Design Firms interested in attending should fax a request to Sandy Stevens at (503) 231-6259. Attendance is optional. PORTFOLIO: All interested parties will submit portoflios of accomplishment that establish the design capabilities of the A/E Firm. Submit portfolios TO: U.S. Fish and Wildlife Service, Contracting and General Services, 911 N.E. 11th Avenue, Portland OR 97232-4181, Attention: Vickie Ruggles, by 3:00 p.m. local time, September 12, 2002. The portfolio should include the following: a cover letter referencing this announcement and briefly describing the firm and its location, organizational makeup, and noteworthy accomplishments; Standard Form 254 (Architect-Engineer and Related Services Questionnaire) and Standard Form 255 (Architect-Engineer and Related Services Questionnaire for Specific Project). Electronic versions of SF254/255 may be retrieved from http://www.gsa.gov/forms/. The Standard Form 254 and 255 must be dated not more than twelve (12) months before the date of this synopsis. In block 11The A/E Design Firm must sign, name, title and date the submittal. The SF-255 should indicate the specific personnel from the responding firm and all consultants expected to do the work on this contract. In Block 10 of the SF-255, the A/E Design Firm MUST respond to the following EVALUATION CRITERIA: Offers will be evaluated by a selection committee led by U.S. Fish and Wildlife Service personnel based upon the following criteria in descending order of importance: 1). Professional qualifications of individuals listed to perform under the contract, including individual licenses and experience in the work proposed. 2). Specialized experience and technical competence in type of work required under this contract. 3). Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Provide customer references with complete address and current telephone number for at least ten design projects completed within the past 5 years. 4). Capacity to accomplish the work on time including specific type and amount of applicable field and office equipment available for work under this contract. 5). Aggressive internal quality control program with demonstrated results of reducing design errors and omissions. 6). Location in the general geographical area of the project and knowledge of the locality of project. Upon review of submitted portfolios, the evaluation panel will establish a short-list of the top three firms. The panel will interview each Firm on the short-list. Candidates should be prepared to discuss all aspects of the criteria indicated above and their ability to fulfill all project requirements. When responding to this announcement firms should fully address their capability, capacity and qualifications with regard to each of the foregoing evaluation factors. Submittals shall not exceed 100 pages. The three top ranked firms recommended for interview will be evaluated and recommended solely on their written responses to this announcement. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.1001) This procurement is open to small and large business concerns. NAICS 541330 applies. Before award of the contract, the A/E (if not a small business of $4,000,000 gross average over three years) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. Small, small disadvantaged, small hubzone, small veteran-owned and small women-owned firms are strongly encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large business firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and disadvantaged firms as part of their original submitted teams. The awarded contract will be procured under the Brooks Act and FAR Part 36. This is not a Request for Fee Proposal.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=FW144851&P_OBJ_ID1=92465)
 
Record
SN00130655-W 20020803/020801213803 (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  © 1994-2020, Loren Data Corp.