Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOLICITATION NOTICE

C -- DESIGN OF AN IN-PLANT SECONDARY EFFLUENT PUMP STATION REGULATING AND OVERBANK WETLANDS FOR TRES RIOS ENVIRONMENTAL RESTORATION PROJECT, PHOENIX, ARIZONA

Notice Date
1/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Los Angeles - Civil Works, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
DACW09-03-R-0001
 
Archive Date
4/29/2003
 
Point of Contact
Marci Zamora, (213)452-3250
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles - Civil Works
(mzamora@spl.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CONTRACT INFORMATION: Architect-Engineer (A-E) services are required for detailed site investigation, planning, engineering studies, preliminary and final designs, and construction phase services for the subject project. Site surveying and mapping for th e project shall be provided. This announcement is open to large businesses. This contract will be a Firm Fixed-Price Contract (FAR 16.2) for Architect Engineer Services. The anticipated start date of the contract will be April 2003. The contract per iod will be eighteen (18) to twenty four (24) months. The estimated A-E contract price is between two million ($2,000,000) and five million dollars ($5,000,000). Work is subject to availability of funds per Federal Acquisition Regulation (FAR) 52.232-50 02, Continuing Contract. If a large business is selected, it must comply with the following Federal Acquisition Regulations (FAR). FAR 52.219-9, Requirements for Subcontracting Plan. The requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this type of contract are that a minimum of seventy-two percent (72%) of the co ntractor?s intended subcontract amount will be placed with small businesses (SB), including small disadvantaged businesses (SDB), eleven percent (11%), woman-owned businesses (WOB), eleven percent (11 %), Hub-Zone small business, three percent (3 %), and V eterans owned small business, three percent (3%), service disabled veteran owned, three percent (3%). FAR 52.236-22, Design with Funding Limitations. The Government may require the A-E contractor to design the project so that construction costs will not exceed a contractually specified dollar limit (known as programmed amount). If the price of the construction proposed in response to a Government solicitation exceeds the funding limitations in the architect-engineer contract, the A-E firm is solely resp onsible for redesigning the project within the funding limitation. These additional services must be performed at no increase in the price of the A-E contract. There are certain limitations, however, on enforcing this contractual measure. FAR 52.236-23, Responsibility of the Architect-Engineer (A-E) Contractor. The A-E Contractors shall be required to make necessary corrections, at no cost to the Government, when designs, drawings, specifications or other items or services furnished contai n errors, deficiencies, or inadequacies. The Government?s review, approval, or acceptance of these type documents does not operate as a waiver of this requirement. FAR 52.236-24, Work Oversight in Architect-Engineer Contracts. FAR 52.236-25, Requirements for Registration of Designers. This clause requires that the design of architectural, structural, mechanical, electrical, civil, landscape or other engineering features of the work be performed or reviewed and approved by archi tects or engineers registered to practice in a particular profession. Government Standard Forms (SF) used for A-E services shall include: SF 255-Architect-Engineer and Related Services Questionnaires, SF 254-General Resume, SF 1421-Performance Evaluation of A-E contractors and SF 252-Architect-Engineer Contract (Cover page of the contract). Prospective contractors must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR) database, prior to award of a contract, basic agreement, basic ordering agreement, or blanket purchase agreement. Lack of registration in the DoD CCR database will make an offeror ineligible for award. To register online, visit the CCR homepage at: http://www.ccr2000.com. PROJECT INFORMATION: The work and services shall consist of preparation of preliminary and final design documents and other engineering documents including preparation of Construction Drawings/Plans and Specifications (P&S), Design Documentation Reports ( DDR) and Operation and Maintenance Manuals (O&M), and providing support for engineering during construction (EDC) for an in-plant pump station, regulating and overbank wetlands. In-plant pump station shall be designed in reference with the 91st Avenue Unified Plant Master Plan. In-plant pump station is a facility that consists of pumps with variable frequency drives, service equipment and related key elements designed to pump sec ondary effluent from lower to higher elevations to allow continuous operations and cost effective through unit processes within the plant. Related key elements of this in-plant pump station include: approach channels, wet well, appurtenances, 84?-Dia. fo rce mains (piping system) with associated valves, motors, meters, connection of pump station automatic control system to existing plant distributed control system (DCS), and ventilation system. Design of system shall include the appropriate Process and I nstrumentation Drawings (P&IDs, including pump process and fault diagram) for automated operation of the pump by the DCS. This station shall include suitable redundant pumping capacity with automatic switch over by the DCS on pump failure. In-plant pum p station shall be designed in accordance with the recommendations specified in the Manual of the Hydraulic Institute. The design flow rate for pumps shall be 460 million gallons per day (mgd) about 712 cubic feet per second (Ft^3/Sec) with a minimum fl ow rate of 66 mgd about 102 ft^3/sec, and be expandable to 960 mgd about 1,485 ft^3/Sec. Pump station will be able to handle a minimum flow rate of 5 mgd about 3.2316 cubic feet per second (Ft^3/Sec). Regulating and overbank wetlands are environmental features designed to house native habitat including endangered species and aquatic plants. Regulating wetlands shall be designed to regulate flows and buffer diurnal flow rate delivered by the pump at peak and average daily flow rates of 460 mgd and 230 mgd respectively. Regulating wetlands will be able to handle a minimum flow rate of 5 mgd ab out 3.23 cubic feet per second (Ft^3/Sec). Control structures will be able to operate to a minimum flow of 5 mgd. Flow measurements shall be accurate to 2%. An overall approximate area of 304 acres will be used for design of regulating wetlands includin g several cells to allow operational flexibility and multi-zones in each cell to allow growth of different aquatic plants. Design of regulating wetlands also consists of flora native to Sonoran desert of Arizona, vector control strategies, and maintenance roads around each cell and discharges to the Salt River and overbank wetlands. Overbank wetlands shall be designed to handle peak flow rate ranging from 100 mgd to 120 mgd conveyed from regulating wetlands and maintain at a constant water depth. Control structures will be able to operate to a minimum flow of 5 mgd. Flow measurements shall be accurate to 2%. An approximate area of 128 acres will be utilized for design of overbank wetlands. Several cells and milti-mixing zones in each cell are required for operation flexibility and habitat benefits respectively. Design of overbank w etlands also includes flora native to Sonoran desert of Arizona, vector control strategies, maintenance roads and energy dissipating structures between cells to provide aeration and aesthetic benefits. The estimated construction cost of this project is be tween twenty-five million dollars ($25,000,000) and one hundred million dollars ($100,000,000). Construction estimates must be prepared using the Corps of Engineers? Micro Computer Aided Cost Estimating System (MCACES). The A-E contractor will be require d to acquire the necessary software and training from the vendor(s) to accomplish this task. Construction drawing/plans shall be prepared using Computer-Aided Design and Drafting (CADD) and delivered in three-dimensional drawings in Bentley Microstation J ?DGN?, Microsoft window 2000, and AutoCADD electronic digital format. The Government will only accept the final product for full operation, without convers ion or reformatting. The firm selected for this contract will be required to submit a quality control/quality assurance plan and to adhere to it during the work and services required under this contract. Bock 10 of the SF 255 describes the firm?s Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s) work. The plan(s) must be prepared and approved by the Government, as a condition of contract award, but are not required with this submission. SELECTION INFORMATION: See note 24 for general description of the A-E selection process. The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Crit era a through e are primary. Criteria f through h are secondary and will only be used as ?tie-breakers? among technically equal firms: a. Specialized Experience and Technical Competence in: (1) Design of a 200 million gallon per day or greater wastewater effluent pump station with all redundancy required ensuring a fail-safe operation at all times. (2) Design of variable frequency driv e pump(s) and standby power to provide continuous pumping capability over the range of varying flow rates of secondary effluent between the peak flow and minimum flow. (3) Design of redundant pump capacity and 100% auxiliary standby power with P&IDs showi ng a pump rotation and pump-sequencing plan. (4) Design of approach channels, wet well, large diameter force mains, and inlet and discharge control structures. (5) Recreation planning and design and landscape architecture. (6) Environmental restoration / development in a desert environment. (7) Familiarity with use of plants native and vector control to the area. (8) Producing quality designs based on evaluation of a firm?s Design Quality Management Plan (QDMP). The evaluation will consider the manageme nt approach, coordination of disciplines and subcontractors, quality control procedures and prior experience of the prime firm and any significant subcontractors on similar projects, and experience in developing a plan for maintenance of plant operations d uring construction to ensure no downtime or permit violations during construction. (9) Use of recovered materials. (10) Producing CADD drawings in a format fully compatible with Microstation J (DGN) and AutoCADD version. (11) Use of the DrChecks Quality Control Review and Lessons Learned system. (12) Preparations of preliminary and final construction cost estimates using MCACES in the appropriate breakdown structures. (13) Experience using City of Phoenix standard specification for construction projects . b. Qualified Professional Personnel in the following: (1) Key Disciplines: Project Management (Architect or Engineer), Architecture, Mechanical Engineering, Structural Engineering, Electrical Engineering, Civil Engineering, Hydraulic and Hydrology En gineering, Geotechnical Engineering, Sanitary Engineering, Biology, Ecology, Geomorphology, Environmental, Plumbing and Instrumentation Experts. (2) Support Disciplines: Heating, Ventilation and Air Conditioning Specialists and CADD capabilities. The eval uation will consider education, certifications, training, registrations, overall relevant experience and longevity with the firm. c. Past performance on DoD, City of Phoenix and other contracts with respect to cost control, quality of work, and complianc e with performance schedules. Capacity to accomplish the work in the required time and submit concept and final design plans and specifications based on 40%, 70%, 90%, and 100% completion levels. The evaluation will consider the experience of the firm and any consultants in similar size projects and the availability of an adequate number of personnel in key and support disciplines. e. Knowledge of the locality such as geological features, groundwater conditions, material resources, climatic conditions, l ocal construction methods and loc al laws and regulations, and experience in working with a large operating wastewater treatment plant. f. Extent of participation of SB, including (SWOB), SDB, historically black colleges and universities, and minority institutions in the proposed contrac t team measured as a percentage of the estimated effort. g. Geographical proximity (Physical location) of a firm in relation to the location of the project. h. Volume of DoD contract awards in the last twelve months as described in Note 24. All submitta ls shall be acknowledged either in writing or electronically. All firms shall be notified of their selection status either in writing or electronically within ten days after selection approval. The contract award shall be announced in the Commerce Busine ss Daily (CBD). Consistent with the Department of Defense (DoD) policy of effecting an equitable distribution of contracts among qualified Architect-Engineer firms including firms that have not had prior DoD contracts (see Note 24). Qualified small disad vantaged firms will receive consideration during selection and all other selection evaluation criteria. SUBMISSION REQUIREMENTS: Interested A-E firms having capabilities to perform this work must submit one (1) completed Standard Form (SF) 254 and 255, r evised editions dated November 1992, Architect-Engineer and Related Services Questionnaires for the prime and one (1) completed SF 254 for each subcontractor/consultant, by addressing a transmittal letter to the office indicated. Lengthy cover letters and generic corporation brochures, or other presentations beyond those to sufficiently present a complete and effective response are not desired. Submittals are to be bound by staple or binder clip in upper left corner, SF 255 on top. Phone calls and person al visits are discouraged. Response to this notice must be received within 30 calendar days from the date of publication in the CBD of this synopsis. If the 30th day is a weekend day or a Federal Holiday, the deadline is the close of business of the next business day. Include ACASS number of the office that will perform the work in Block 3b. Call the ACASS Center at 503-808-4591 to obtain a number; or go to website www.nwp.usace.army.mil/ct/i and apply on-line. No other general notification will be ma de of this work. Solicitation packages are not provided for A-E contracts. Firms desiring consideration shall submit appropriate data as described in numbered Note 24.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles - Civil Works P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00247974-W 20030130/030128213338 (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.