Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

C -- DESIGN OF THE UPPER GUADALUPE FLOOD CONTROL PROJECT, SAN JOSE, CALIFORNIA 2 Awards, one unrestricted for the design of the Upper Guadalupe Flood Control Project and one Small Business Set-aside for the design of Reach 12 of this same project.

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USA Engineer District, San Francisco, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
 
ZIP Code
94105-2195
 
Solicitation Number
W912P7-04-R-0005
 
Response Due
9/27/2004
 
Archive Date
11/26/2004
 
Point of Contact
Marsha Sells, 916-557-5232
 
E-Mail Address
Email your questions to USA Engineer District, San Francisco
(Marsha.R.Sells@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
DESIGN OF THE UPPER GUADALUPE FLOOD CONTROL PROJECT, SAN JOSE, CALIFORNIA USAED, San Francisco, Corps of Engineers, Attn: A-E Negotiations Section, 333 Market Street, Room 719I, San Francisco, CA, 94133 SOL W912P7-04-R-0005 DUE: 60 days from issue date POC: Glenn Gannon, Unit Leader, A-E Negotiations Unit, (415) 977-8563. Contracting Officer: Linda Hales (415) 977-8553 1) CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected based on demonstrated competence and qualifications for the required work. The San Francisco Distric t plans to procure one unrestricted contract for the design of the Upper Guadalupe Flood Control Project and one Small Business Set-aside contract for the design of Reach 12 of this same project. The project extends approximately from the Union Pacific Rai lroad Bridge to the Blossom Hill Road Bridge along the Guadalupe River located in San Jose, California. Services required include preparation of plans and specifications and supporting basis of design, cost estimate, bid schedule, and engineering considera tions and instruction for field personnel, and services during construction phase (optional). The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering any two-dimensional drawings in Autodesk AutoCAD CADD software, release 2000 or higher as well as delivering any three dimensional dr awings in Bentley MicroStation software, Version 8.1 or higher, electronic digital format. The government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk release 2000 format, or the Bentley MicroSt ation format Version 8.1, and on the target platform specified herein. The target platform is a Pentium 200 MHz, 32 MB Ram, and 8 GB Hard Drive with an NT 4.0 operating system. Advanced application software used in preparing drawings shall be delivered in Version 8.1 Microstation electronic digital format. Drawings produced by scanning drawings of records or containing photographic images shall be delivered in a raster format compatible with the native Intergraph IRAS, Version 5, in electronic digital forma t. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Corps of Engineers Construction Guide Specifications. Specification files shall also be received delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteri a Bulletin Board System (CBBS) and the Design Review and Checking System (Dr. Checks). The estimate will be prepared using the Corps of Engineers Computer Aided Cost Estimating System (M-CACES Gold) (software provided by the government) or similar software . This announcement will result in the award of two contracts,one contract on an unrestricted basis for all except Reach 12 of the system. Reach 12 will be set-aside for small businesses. In the event there are not at least 3 highly qualified small busine sses submitting for Reach 12, award of all reaches could be made on an unrestricted basis. The NAICS code for this announcement is 541330, which states the business size standard to be considered a small business is a maximum of $4.0 million of average ann ual receipts for its preceding 3 fiscal years. All interested Architect-Engineers are reminded that in accordance with provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient perf ormance of the contract with small and small disadvantaged firms. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on tha t part of the work it plans to subcontract. The following subcontracting goals are the minimal acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 57.2% to small business, 10% to small disadvantaged business (subset of sm all business), 10% to women-owned small business (subset of small business), 3% to HUBZone Small Business (subset of small business), and 3% to Service-Disabled Veteran-Owned Small Business (subset of small business). If the firms selected for these submit s a plan with lesser goals; it must submit rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 330; however, the plans to do so should be specified in Block H of the SF 330. To be eligible for contrac t award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. This work wil l include all architectural-engineering (A-E) and related services necessary to complete the design, and for A-E services during the construction phase (option). 2) PROJECT INFORMATION: Work under these contracts shall include preparation of preliminary and final engineering analyses, designs, cost estimates, final plans and specifications, basis of design, and engineering considerations and instruction for field personnel (ECIFP) reports, and services during the construction phase. The Upper Guadalupe Flood Control Project is divided into several reaches, beginning downstream with Reach 7 and ending upstream with Reach 12. The design shall include a continuous open channel bypass approximately 5,000 feet long with a diversion weir at the upstream end, two reinforced concrete vehicular bridges over the open channel bypass as well as a reinforced concrete culvert adjacent to the existing Union Pacific Railroad (UPRR) Bridge. Additional culverts will be included in the design for Ross and Canoas Creeks near their confluence to the Guadalupe River. The design shall also include three short bypass channels with entrance and exit structures, river channel widening, levees, floodwalls, maintenance roads, recreation trails, gabions, crib-wal l and bio-technical bank protection, storm water drainage, utility relocation, invert stabilization structures, maintenance access ramps, fencing, riparian mitigation, landscaping, and temporary irrigation. The design of Reach 12 shall include the relocation and rebuilding of two levees, channel widening and realignment, wetland mitigation, and several acres of riparian forest mitigation The design shall also include the design of maintenance roads, recreati on trails, gabion bank protection, storm water drainage, utility relocation, invert stabilization structures, and temporary irrigation. Hydraulic analysis, geomorphic and sediment transport studies, and floodplain analysis may be included under both contra cts to support this design effort. The plans and specifications will include environmental protection requirements including diversion of river flows during construction, water quality control, erosion control measures, and measures to protect endangered f ish during construction. The A-E firm shall coordinate with state, county, and local governments as well as other organizations or groups involved in the development and design of the proposed project. Firms desiring consideration shall be experienced in e ngineering and design and have sound knowledge of U.S. Army Corps of Engineers principles and procedures for flood damage reduction, recreation, and environmental restoration projects. The estimated construction cost of the Upper Guadalupe Flood Control Pr oject is between 100 and 150 million dollars, and the estimated construction cost of Reach 12 is between 10 and 15 million dollars. Construction of these projects will be a phased effort conducted over an approximate time of 9- 10 years. 3) 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 be used as tie-breakers among technically equal firms. A. Specialized e xperience and technical competence of the firm and consultants in: (1) A wide variety of flood control facilities including ancillary infrastructure and utility systems. (2) Design and construction of bridges, large box culvert structures and retaining wal l structures. (3) Erosion control measures on large rivers (4) Recreational features. (5) Use of automated design systems described above (M-CACES, CADD, SPECSINTACT, and Dr. CHECKS). B. Past performance on DoD and other contracts with respect to cost cont rol, quality of work and compliance with performance schedules. C. Qualified professional personnel in the following key disciplines: project management, project engineer, civil engineer, electrical engineer, structural engineer, hydraulic engineer, cost e stimator, CADD operator, topographic survey crew, geotechnical engineer, landscape architecture and irrigation designer. The evaluation will consider education, training, professional registration, organizational certifications, overall relevant experience and longevity with the firm. D. Capacity to accomplish simultaneous tasks. 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 disciplines. 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 geographica l area of the San Francisco District office and the project area. H. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4) SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004 edition) US Government Architect-Engineer Qualifications for Specific Project for themselves and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. The SF 330 shall not exceed 150 pages. In block E of the SF 330 provide resumes fo r all key team members, whether with the prime firm 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, design engineer, etc). In block D of the SF 330 , provide the quality management plan and organization chart for the proposed team. A project specific design quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with this submission. R esponses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is Saturday, Sunday or Federal Holiday, the deadline is the close of business on the next business day. No other notification wil l 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 required SF 330, which shall be considered by the agency (with only small bus iness firms eligible for the small business set aside contract). POINT OF CONTACT: Glenn Gannon, (415) 977-8563
 
Place of Performance
Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 333 Market Street San Francisco CA
Zip Code: 94105-2195
Country: US
 
Record
SN00632253-W 20040730/040728212558 (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.