Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2003 FBO #0663
MODIFICATION

Y -- PREQUALIFICATION OF OFFERORS FOR DESIGN-BUILD CONTRACT: Provide Professional Engineering Services and Installation and Testing of a Pilot Deep Soil Mixed Wall for Control of Seawater Intrusion

Notice Date
9/19/2003
 
Notice Type
Modification
 
Contracting Office
Bureau of Reclamation, Lower Colorado Region Contracting Office P.O. Box 61470 Boulder City NV 89006
 
ZIP Code
89006
 
Solicitation Number
03SP300101
 
Response Due
10/10/2003
 
Archive Date
9/18/2004
 
Point of Contact
Caryn Rotheim Contract Specialist 7022938588 crotheim@lc.usbr.gov; Jane Gubash Procurement Technician 7022938404 JGubash@lc.usbr.gov; Amy Molnar Procurement Technician 7022938779 AMolnar@lc.usbr.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Reclamation (Reclamation) is seeking to prequalify firms for a Design-Build project to design, install, and test the hydraulic effectiveness of a pilot deep soil mixed wall as an alternative seawater barrier technology. Reclamation anticipates award prior to December 31, 2003. The estimated cost magnitude range of the project is from $500,000 to $1 million. Offers will be firm fixed-price. THE PROJECT SOLICITATION WILL CONSIST OF TWO PHASES. This summary request for qualifications is a part of Phase 1. See OBTAINING DOCUMENTS below for instructions on obtaining the complete RFQ package. The Government will evaluate and rate the qualifications proposals based on the evaluation criteria set forth below. Those offerors receiving a satisfactory evaluated rating from the technical board will be issued a formal solicitation prepared in accordance with FAR Part 15 and invited to submit a technical and price proposal in Phase 2 detailing their wall installation method, wall configuration, and hydraulic testing procedure for the pilot test. Not more than five offerors will be selected to proceed to Phase 2. SCOPE OF WORK SUMMARY: The pilot test wall will be constructed in the Los Alamitos Retarding Basin by any of the following methods: (1) Single or multiple augers; (2) Backhoe excavated panels; (3) Continuous excavation [TRD method]; or (4) Other method yielding a diaphragm wall. The physical barrier must be deep enough to seal off seawater intrusion pathways in the susceptible aquifer zones and also be compatible with the stated project cost magnitude. Each qualified offeror will propose in Phase 2 a protocol to test the effectiveness of a pilot diaphragm wall as a seawater barrier and submit a plan showing the pilot wall layout and other features to be installed for the testing. PREQUALIFICATION EVALUATION FACTORS: Factor 1 - Technical Approach Narrative (70 Points): (1) Describe your understanding of the project, issues critical to its success, and any potential risks. (2) Describe in general terms how the offeror will approach the design and construction of this project, including the approach to layout, features, testing, and the diaphragm wall installation method. (3) Provide a conceptual project schedule with key tasks and milestones. Factor 2 - Project Team Organization (40 Points): Discuss the team or corporate organizational structure and how it can contribute to addressing critical issues and meeting the overall goal. Provide the team organization including names, titles, firm affiliations, and proposed project roles. Identify the constructor, the design entity(s), and key trade firms for specialized work, if selected. Include in the narrative the offeror's proposed processes for handling field problems and assuring Designer of Record involvement throughout the construction period. Factor 3 - Technical Qualifications and Experience (40 Points): (1) Provide the Project Manager's qualifications and work history. Include in the work history at least three similar projects and for each provide the project name, location, and the Project Manager's role in the project. (2) Provide other key project member qualifications and work history in support of their role for the proposed work. Factor 4 - Offeror Past Performance Information (30 Points): (1) Provide past performance information in DSM design. (2) Provide past performance information in DSM barrier construction. (3) Provide past performance information in hydrologic evaluation. Use the Past Performance Evaluation Questionnaire at Attachment 1 provided with the complete RFQ. The offeror shall identify the in progress or completed projects to be used for reference and evaluation purposes. Provide a questionnaire to the Point of Contact for each project listed for completion. When completed, these forms shall be mailed, faxed, or e-mailed to the Bureau of Reclamation Contract Specialist identified in the sample transmittal letter provided. Appendix (Optional - No Points): The appendix will be read at the discretion of the reviewer and should only include information supplemental to, or in addition to, information provided in the body of the Phase 1 proposal. The appendix can include such information as brochures, project photos, and additional examples of similar work. OBTAINING DOCUMENTS: Detailed proposal submission instructions and the Scope of Work are contained in a complete Request for Qualifications (RFQ) package. To obtain the complete RFQ package, submit your request in writing (fax or e-mail) to the following POC: Ms. Caryn Rotheim, Contract Specialist; E-mail: crotheim@lc.usbr.gov; Fax No. (702) 293-8499; Phone No. (702) 293-8588. You must include your company mailing address and e-mail address. The RFQ document will be sent by e-mail as an Adobe Acrobat PDF file with a Past Performance Questionnaire attachment in MS Word. Due to the large file sizes of the Figures referenced in the Scope of Work (approximately 16Mb total), the Figures are only available on CD-ROM and will be mailed to the address provided in your request. Address any inquiries regarding this Request for Qualifications to the POC listed above. REQUESTS FOR CLARIFICATIONS MUST BE SUBMITTED IN WRITING to the POC listed above by mail, fax, or e-mail. PROPOSAL DUE DATE AND LOCATION: ALL SUBMITTALS MUST BE RECEIVED by 4:00 P.M. PDT on October 10, 2003 at the following address: Bureau of Reclamation, Lower Colorado Regional Office, Attn: Ms. Caryn Rotheim, Contract Specialist (LC-3116), P.O. Box 61470, Boulder City, Nevada 89006-1470. Offerors submitting proposals by courier (FedEx, UPS Express Mail, DHL, etc.) should use the following address: Bureau of Reclamation, Lower Colorado Regional Office, Attn: Ms. Caryn Rotheim, Contract Specialist (LC-3116), 400 Railroad Avenue, Boulder City, Nevada 89005. Include the solicitation number, 03-SP-30-0101, on the face of the package.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=BR142534&P_OBJ_ID1=106650)
 
Record
SN00438302-W 20030921/030919213257 (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.