Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2004 FBO #0772
MODIFICATION

C -- Phase II Relocation Design, Napa River Project, Napa, California

Notice Date
1/6/2004
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-04-R-0008
 
Response Due
1/22/2004
 
Archive Date
3/22/2004
 
Point of Contact
Timothy F. Boyd, 916-557-5226
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento
(timothy.f.boyd@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Project Title & Location: Phase II RELOCATION DESIGN, NAPA RIVER PROJECT, NAPA, CALIFORNIA. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for ne gotiation based on demonstrated competence and qualifications for the required work. A-E services are required for producing plans and specifications for the relocation of 3,100 feet of the Napa Valley Wine Train (NVWT) in Napa, CA. These 3,100 feet includ es two concrete bridges. A specific scope of work will be prepared to describe in detail the tasks to be accomplished. This work will include all architectural-engineering (A-E) services necessary to complete the design of the relocation, prepare right of way maps, and prepare plans and specifications for construction. The contractor shall be responsible for designs and drawings using computer-aided design and drafting (CADD). Project drawings will be required to be delivered in either Bentley MicroStatio n J or AutoDesk AutoCAD 2000i software formats. The contractor must have the capability to provide files in either format, without the need for conversion or reformatting, on the target platform specified herein. The target platform is a Pentium based PC o r workstation with the latest version of Microsoft Windows 2000 operating system. Digital terrain models and civil engineering design files shall be compatible with Bentley InRoads software version 8.02 electronic digital format on a MicroStation platform in MicroStation J electronic digital format. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with both MicroStation Raster Manager and AutoCAD 2000i. Drawing files shall al so be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT software using the UFGS or Army Construction Guide Specifications. Specification files s hall also be delivered in Adobe Acrobat Portable Data Format (PDF) digital format. A firm fixed price will be negotiated for this contract. Responding firms must show computer, modem and Internet capability for accessing the Criteria Bulletin Board System (CBBS) and th e DrChecks. Cost estimates will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. This announcement is open to all firms regardless of size. The Northern American Ind ustrial Classification System Code is 541330, which has a standard size of $4,000,000 in average annual receipts. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontrac ts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting p lan on that part of the work it plans to subcontract. The recommended goal for the work intended to be subcontracted is 57.2% for small business. It further states that out of that 57.2% to small business, 10% is for small disadvantaged business (subset to small business) 10% is for small business/woman owned (subset to small business), 3% is for HUBZone Small Business (subset to small business) and 3% is for Service-Disable Veteran-Owned Small business(subset to small business). The firm selected for this contract will be required to submit a detailed subcontracting plan at a later date, if required. If the selected firm submits a plan with lesser goals, they must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. To be eligible for contract award, a firm must be re gistered in the Do D Central Contractor Registration (CCR) visit the CCR Internet site at http://www.ccr.dlis.dla.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. PROJECT INFORMATION: The estimated construction cost o f this project is between $5,000,000.00 and $10,000,000.00. Services will include preparation of preliminary and final engineering analyses, designs, cost estimates and plans and specifications for constructing a rail relocation including two bridges. Th e Napa Valley Wine Train is the owner o f the track and bridges and close coordination with the Wine Train will also be required. Specific technical fields involved include surveying to map in detail relocation area; civil design (with emphasis on railroad engineering) for establishing right of way maps, track realignment (horizontal and vertical), modification of facilities at train station, city street realignments utility modifications, and removal of existing track and bridge; geotechnical exploration a nd design for track embankment and structure foundation; structural design for railroad bridges and other minor concrete structures; cost engineering; architectural design for aesthetics of the structures; and electrical engineering for lighting and other appurtenances. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (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 the preparation of engineering analyses, designs, cost estimates, and plans and specifications for rail relocation and bridge construction. b. Past performance on Corps of Engineers and other contracts for similar type work with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: Project Manager, Civil Engineer, Structural Engineer, Geotechnical Engineer , Cost Estimator, CADD Operator, Topographic Survey Crew, Structural Architect, Landscape Architect, Electrical Engineer. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Pas t perf ormance in applying latest architectural techniques to improving aesthetics of large concrete structures such as bridges. e. Knowledge of the locality of the project site including geological features, climatic conditions, and local laws and regulations. f . Volume of DoD contract awards in the last 12 months as described below. g. Location of the firm in the general geographical area of the project location. h. Extent of participation of small business, small disadvantaged business, woman owned small busine ss, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each o f their subcontractors to the office shown above, ATTN: A-E Negotiations Unit, Stanley Shibata, Unit Leader, 1325 J Street, Room 1079, Sacramento, CA 95814-2922 . In block 7 of the SF 255 provide resumes for all key team members, whether with the prime fir m or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, de sign engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and am ount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In b lock 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract a ward, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date of 22 January 2004 will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the require d SF 255 and SF 254, which shall be considered by the agency. POINT OF CONTRACT: Mr. Stanley Shibata, Unit Leader, A/E Negotiations Unit, (916-557-7470
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00499233-W 20040108/040106212018 (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.