Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2004 FBO #1042
MODIFICATION

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 Samll Business Set-Aside for the design of Reach 12 of this same project.

Notice Date
10/1/2004
 
Notice Type
Modification
 
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
10/27/2004
 
Archive Date
12/26/2004
 
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
W91207-04-R-0005 (San Francisco) THIS AMENDMENT IS BEING ISSUED TO CORRECT/CLARIFY TECHNICAL INFORMATION ABOUT THE CADD HARDWARE/SOFTWARE, AND TO MODIFY THE SELECTION CRITERIA FOR BOTH CONTRACTS TO BE AWARDED. THIS AMENDMENT ALSO STATES THAT FIRMS MUST SUBMIT A SEPARATE SF330 IF THEY WAN T TO BE CONSIDERED FOR BOTH CONTRACTS. FIRMS OTHER THAN SMALL BUSINESSES MAY SUBMIT AN SF 330 FOR REACH 12 IN THE EVENT THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, DUE TO INADEQUATE NUMBER OF QUALIFIED SMALL BUSINESSES SUBMITTING PROPOSALS. THE DATE AND T IME SPECIFIED FOR RECEIPT OF SUBMITTALS REMAINS UNCHANGED. 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 Distri ct 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 R ailroad 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 consid erations 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 2002 or higher as well as delivering any two or three dimensi onal drawings 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 2002 format, or the Bentley MicroStation format Version 8.1, and on the target platform specified herein. The target platform is a Pentium III 500 MHz, 128 MB Ram, and 20 GB Hard Drive with a Windows 2000/XP operating system. Advanced application software used in preparing drawing s 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 Microstation I/RAS B, Version 8 .1 or higher, in electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format use Maxview 3.06 or higher to convert and view. 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 Construction Criteria Base (CCB) and the Design Review and Checking System (Dr. Checks). The estimate will be prepared using the Corps of Engineers Computer Aided Cost Est imating System. (M-CACES M-II Version software provided by the Government). This announcement will result in the award of two contracts. One contract, for the design of the Upper Guadalupe Flood Control Project, NOT including Reach 12, will be awarded on an unrestricted basis. One contract, for Reach 12, is set-aside for Small Business (SB). In the event there are not at least 3 highly qualified SBs submitting for Reach 12, the SB Set-Aside for the Reach 12 contract will be dissolved, and a separate award will be made for Reach 12 on an unrestricted basis. Except for SB firms that submit on the SB Set-Aside contract for Reach 12, firms interested in being considered for the Reach 12 contract if selection wil l be made on an unrestricted basis, must submit a separate SF 330, stating their intention to be considered for the Reach 12 if it converts to unrestricted. All SBs that submit an SF 330 for the Small Business Set-Aside contract for Reach 12, will be cons idered for the Reach 12 contract should it become unrestricted, unless they specifically request not to be considered. The Government reserves the right to award one contract for both parts of the project if selection on an unrestricted basis for both par ts would result in award to the same contractor. 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 annual receipts for its preceding 3 fiscal y ears. 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 performance of the contract with small and s mall disadvantaged firms. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The following subcontracting goals are the minimal acceptabl e goals to be included in the subcontracting plan. Of the subcontracted work, 57.2% to small business, 10% to small disadvantaged business (subset of small business), 10% to women-owned small business (subset of small business), 3% to HUBZone Small Busine ss (subset of small business), and 3% to Service-Disabled Veteran-Owned Small Business (subset of small business). If a selected large business size firm submits a plan with lesser goals, it must submit rationale of why the above goals were not met. A de tailed 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 contract 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 will 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 o pen 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 (UPR R) 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, le vees, floodwalls, maintenance roads, recreation trails, gabions, crib-wall and biotechnical 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 must occur prior to the design of Reaches 7-11, and 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 a lso include the design of maintenance roads, recreation trai ls, 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 contracts to support this design effort. The plans and specifications for both projects will include environmental protection requirements including diversion of river flows during construction, water quality control, erosion control measures, and measures to protect endangered fish during constr uction. 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 engineering 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 Project (NOT inc luding Reach 12) 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. The pl ans, specifications and cost estimates shall be prepared in such a manner that the phases can be constructed individually or as a combination of phases subject to availability of Government construction funds 3a) SELECTION CRITERIA: (Design of the Upper Guadalupe Flood Control Project, NOT including Reach 12): The selection criteria are listed below in descending order of importance. Criteria (A) through (E) are primary. Criteria (F) through (H) are secondar y and will be used as tie-breakers among technically equal firms. A. Specialized experience 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 wall structures; (3) Erosion control measures on large rivers; (4) Recreational features; (5) Use of automated design systems described above (INROADS, ARCVIEW, MAXVIEW, M-CAC ES, CADD, SPECSINTACT, and Dr. CHECKS). B. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. C. Qualified professional personnel in the following key disciplines: proje ct management, project engineer, civil engineer, electrical engineer, structural engineer, hydraulic engineer, geomorphic and sediment transport engineer, cost estimator, CADD operator, topographic survey crew, geotechnical engineer, habitat restoration or mitigation specialist/designer, landscape architect, and irrigation designer. The evaluation will consider education, training, professional registration, organizational certifications, overall relevant experience and longevity with the firm. D. Capaci ty 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 pr oject site including geological features, ecological and 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 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. 3b) SELECTION CRITERIA (Design for Reach 12 of the Upper Guadalupe Flood Control Project): The selection criter ia 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 experience and technical competence of th e firm and consultants in: (1) Design of flood control facilities with heavy emphasis in environmental restoration and mitigation. (2) Design of levees and maintenance roads. (3) Design of water supply facilities with an emphasis on off-stream rechar ge ponds. (4) Use of automated design systems described above (INROADS, ARCVIEW, MAXVIEW, M-CACES, CADD, SPECSINTACT, and Dr. CHECKS). B. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with perfo rmance schedules. C. Qualified professional personnel in the following key disciplines: project management, project engineer, civil engineer, electrical engineer, structural engineer, hydraulic engineer, geomorphic and sediment transport engineer, cost e stimator, CADD operator, topographic survey crew, geotechnical engineer, habitat restoration specialist/designer, landscape architecture and irrigation designer. The evaluation will consider education, training, professional registration, organizational c ertifications, 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 adequat e 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 geographical 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 univ ersities 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 themselv es and ONE (1) 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 for all key team members, whether 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 p roposed 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. Responses received by the close of business (3:00 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 will be made and no further action is required. Solicitation package s 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 business firms eligible for the small business set aside contract) . POINT OF CONTACT: Stanley Shibata, (916) 557-7470.
 
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
SN00687902-W 20041003/041001212043 (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.