Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

Y -- PENNSYLVANIA RECONSTRUCTION, PROJECT NUMBER UDSP 1104(099)

Notice Date
8/29/2003
 
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, 20166
 
ZIP Code
20166
 
Solicitation Number
DTFH71-03-R-00010
 
Archive Date
12/30/2003
 
Point of Contact
Wanda Peffer, Contracting Officer, Phone (703)404-6205, Fax (571)434-1551, - Wanda Peffer, Contracting Officer, Phone (703)404-6205, Fax (571)434-1551,
 
E-Mail Address
wanda.peffer@fhwa.dot.gov, wanda.peffer@fhwa.dot.gov
 
Description
Qualification Statements from all business concerns will be accepted for the Pennsylvania Reconstruction Project Number UDSP 1104(099) The project is located in Washington, DC just north of the White House. The limits of work include Pennsylvania Avenue between 15th and 17th Streets, NW and Jackson and Madison Place between Pennsylvania Avenue and H Street. The project consists of grading, drainage, utility relocation, street light installation, traffic signals, pavement reconstruction, sidewalk construction, site security, site furnishings, and landscaping. Most of the project site will be closed to the public for the duration of construction. Limited pedestrian access will be required to the surrounding buildings. Utility work will consist of relocating existing electrical, telecommunication, water, sewer, and natural gas facilities where conflicts occur. Also included will be the installation of a new water main, new telecommunication conduit, and new street light system. Three hundred feet of existing combined sanitary/storm sewer will also be lined. Pavement reconstruction includes removing the existing pavement structure on Pennsylvania Avenue and constructing granite pavement and hot synthetic asphalt concrete pavement. The granite pavement consists of 2-foot by 5-foot pavers on a reinforced Portland Cement Concrete (PCC) base. The hot synthetic asphalt concrete pavement consists of a clear synthetic binder mixed with an architectural aggregate placed on a reinforced PCC base. New granite and brick sidewalks will be constructed along the entire length of the Avenue. The granite sidewalks will consist of 4-foot by 10-foot granite pavers on a reinforced PCC base. Site security consists of constructing bollards, retractable bollards, and guard booths at the four entrances to the project site. The guard booths are constructed out of granite, cast iron, and ballistic glazing and include lead coated copper roof, granite floor, under vehicle surveillance systems, geothermal heating and cooling units, stainless steel cabinetry, and other security items. Site furnishings consist of granite benches and information kiosks. Landscaping consists of planting Government furnished 5? inch-6 inch caliper American Elms, excavating and placing structural soils in and around the tree boxes, and planting groundcover. The project is expected to fall within the price range of $15,000,000 to $20,000,000. The project is subject to the availability of funds. Award will be made to an offeror whose technical submittal and price proposal contain the combination of the technical qualifications and price that offers the best value to the Government. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the offeror. It is anticipated that award will be made not later than December 15, 2003. The project must be substantially completed not later than September 30, 2004. Questions can be emailed to eflhd.contracts@fhwa.dot.gov. Request must include the solicitation number, project name and number, requesting firm and address, a point of contact and telephone number. PLEASE NOTE Background and Evaluation Criteria: Under this Notice, the EFLHD is soliciting Construction firms/teams to participate in Phase One ? Qualifications Based Selection ? of the ?two phased? selection approach. All construction firms/teams responding during Phase One will be evaluated using the following criteria. Price and all technical factors are equal. A selection committee will review and evaluate contractor qualifications and select a minimum of three (3) of the most highly qualified Construction firms/teams based on the established evaluation criteria to participate in Phase Two of the source selection process. During Phase Two, those qualified firms/teams will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements. The RFP will contain the requirements necessary for the qualified teams/firms to submit a Price Proposal during Phase Two. Those firms will be required to provide the necessary information to the EFLHD within 30 calendar days after receiving the RFP. Offerors should limit their Qualifications Statements to the information required by this Notice, and other information that may be relevant to the qualifications and experience of the Offeror. Phase One Submittals: Interested firms/teams shall submit a qualification statement that is based on the evaluation criteria established in this notice. The Qualification Statements will be no more than 10 pages, 12 pitch, single spaced, and no double sided pages shall be submitted. Send six (6) 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. Wanda Peffer Questions concerning this project may be directed to Ms. Peffer at 703-404-6205, or in her absence, to Mr. Kurt Dowden at 703-404-6331. All Phase One submittals must be received no later than 2:00 p.m. on September 15, 2003 in order to be considered for further evaluation. JOINT VENTURE (J/V) DOCUMENTATION HAS TO BE COMPLETED AND SUBMITTED PRIOR TO CONTRACT AWARD. Evaluation Factors/Criteria: Special Note: Price and all technical factors are equal. (50% Price and 50% technical) (1) Price (2) Past performance, experience and technical competence: List 3 recent relevant projects similar in complexity and magnitude to the Pennsylvania Ave project. In addition provide a customer/owner point of contact, phone number, and e-mail address if applicable. Also, provide a brief statement indicating your firm?s superior experience and technical competence in road construction, using unique products/technology, as well as state of the art security equipment and installation. In addition, provide a brief statement indicating your firm?s superior knowledge of and the ability to work in the locality and environment where the work will be performed. Within the last ten years, has your firm ever been, or proposed to be, suspended, debarred, or determined non-responsible, based upon an allegation of unsatisfactory performance or fraud? Within the last ten years, has your firm every had a contract terminated for any reason either as a prime or subcontractor? This also applies to a partner in a joint venture. Within the last ten years, has your firm ever filed a claim relative to the construction of a roadway facility for (1) a default terminations, (2) the imposition of liquidated damages, (3) a termination for convenience that adversely affected your firm, or (4) any damages caused by the owner?s determination that your was not performing in a timely, safe, or contractual manner. (3) Capacity: Provide a brief statement indicating your firm?s superior capability to ensure work will be completed by September 30, 2004. Such areas of interest include your firm?s financial resources, human resources, and their geographical location, available equipment, as well as your knowledge and experience in obtaining security clearances for project personnel, equipment, and suppliers in a short period of time. Provide an organizational chart of how you propose to organize the on-site work force indicating key positions such as project manager, project engineer, project superintendent, and safety officer. Provide a current Workman?s Compensation Experience Modifier Rates for the sate in which your firm is located and/or the District of Columbia. In accordance with FAR clause 252.215-1, Instructions to Offerors?Competitive Acquisition (MAR 2001), the Government intends to award upon initial proposal unless the contracting officer determines that discussions are necessary. Normal project work hours will be Monday through Saturday form 8:00 am to 8:00 pm. Project work outside of these hours is not allowed unless approved by the Contracting Officer in advance. There may be occasions when the Contractor is required to leave the site with no prior notice and all worked stopped for the convenience of the Government. The Contractor will be required to account for this in his project schedule. This will be a ?no excuse? contract with a substantial completion date of September 30, 2004. All tree and ground cover planting will be done in the Spring of 2005.
 
Place of Performance
Address: Washington, DC
 
Record
SN00416046-W 20030831/030829213537 (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.