Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2004 FBO #1110
SOLICITATION NOTICE

10 -- SAN ANOTNIO CHANNEL IMPROVEMENT PROJECT (SACIP), MISSION REACH ECOSYSTEM RESTORATION AND RECREATION, SAN ANTONIO RIVER, SAN ANTONIO, TEXAS. POINT OF CONTACT: LESLIE GUY (817/886-1080)

Notice Date
12/8/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-05-R-0010
 
Response Due
1/7/2005
 
Archive Date
3/8/2005
 
Small Business Set-Aside
N/A
 
Description
(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, civil works/ecosystem restoration experience, past performanc e and qualifications for the required work. The Fort Worth District plans to procure one unrestricted contract for the design of the San Antonio Channel Improvement Project (SACIP), Mission Reach Ecosystem Restoration and Recreation, San Antonio River, San Antonio, Texas. The Mission Reach extends approximately from the Lone Star Boulevard Bridge (just downstream of the San Antonio River tunnel outlet) to approximately 3,800 feet downstream of Interstate Highway 410 in the southern part of Bexar County; a distance (total river flowline) of approximately 42,300 feet (8 miles). Top of river bank to top of river bank varies from approximately 200 feet on the upper end to approximately 500 feet on the lower end of the project. The downstream limit of the Miss ion Reach corresponds to the downstream end of the transition of the SACIP floodway channel to the undisturbed San Antonio River. Services required under this contract include preparation of plans and specifications and supporting basis of design, constru ction and phasing schedule, cost estimate, bid schedule, and engineering considerations. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering any two-dimensional drawings in Autodesk Aut oCAD CADD software, release 2002 or higher as well as delivering any two or three dimensional drawings in Bentley MicroStation software, Version 8.5 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 8.5, 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 Win dows 2000/XP operating system. Advanced application software used in preparing drawings shall be delivered in Version 8.5 Microstation electronic digital format. Drawings produced by scanning drawings of records or containing photographic images shall be d elivered in a raster format compatible with the native Microstation I/RAS B, Version 8.5 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 us e 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 del ivered 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 Estimating System. (M-CACES M-II Version software provided by the Government). This announcement will result in the award of one contract for the design of the Mission Reach Ec osystem Restoration and Recreation Project and will be awarded on an unrestricted basis. 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. 2) PROJECT INFORMATION: Work under this contract shall include preparation of preliminary and final engineering analyses, designs, construction and phasing schedules, cost estimates, final plans and specifications, basis of design, engineering considerations and instruction for field personnel (ECIFP), and all other design related work incidental to the implementation of the Recommended Plan identified in the General Reevaluation Report and Integrate d Environmental Assessment for the San Antonio Channel Improvement Project, Ecosystem Restoration and Recreation in accordance with the Design Documentation Report prepared by the Fort Worth District Design Branch. It is anticipated that the Mission Reach project will be designed incrementally to support a phased construction effort. The design shall provide restoration features that include a series of pools, riffles, and chutes, restored river remnants, embayments, tributary mouths, wetland and riparian vegetation. The restoration features are to be restored and sustained by: a pilot channel; a series of riffle structures; weirs; modification to the existing San Juan Dam; utility, storm water outfall, road sidewalk, and parking lot relocations; bridge m odifications; channel invert erosion protection; channel slope and over-bank erosion projection; and planting native riparian vegetation. The design will also include recreation features including a multi-use concrete trail, shade shelters, day use facili ties, lighting and directional and interpretive signage. Hydraulic analysis, geomorphic and sediment transport studies, and floodplain analysis may be included to support this design effort. The plans and specifications will include environmental protecti on requirements including diversion of river flows during construction, water quality control, erosion control measures, and measures to protect aquatic wildlife during construction. The A-E firm shall coordinate with state, county, and local governments a s 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 proc edures for flood damage reduction, recreation, and environmental restoration projects. The estimated construction cost of the Mission Reach Ecosystem Restoration and Recreation Project is between 50 and 100 million dollars. Construction of this project wil l be a phased effort conducted over an approximate time of 3-5 years. The plans, 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 G overnment construction funds. 3) SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (A) through (F) are primary. Criteria (G) through (I) are secondary and will be used as tie-breakers among technically equal firms. A. Specialized ex perience and technical competence of the firm and consultants in: (1) Design of flood control facilities with heavy emphasis in environmental restoration and mitigation. (2) A wide variety of flood control facilities including ancillary infrastructure and utility systems; (3) Design and construction of bridges, large box culvert structures and retaining wall structures; (4) Erosion control measures on large rivers; (5) Recreational features; (6) Use of automated design systems described above (INROADS, ARCM AP, MAXVIEW, M-CACES, CADD, GEOPAC, SPECSINTACT, and Dr. CHECKS). B. Professional Capabilities: The project will require (either in-house or through consultant) as a minimum, the following personnel/capabilities in the following key disciplines: Project Manager/ two Registered Landscape Architects and/or Agronomists (for native vegetation)/ two Registered Civil Engineers/ two Registered Electrical Engineers, Registered Structural Engineer, two Registered Hydraulic Engineers/ two Registered Civil Engineers with demonstrated experience in fluvial geomorphology and sediment transport/ Registered Geotechnical Engineer/ Registered Mec hanical Engineer/ Cost Estimator/ GIS Specialist/ CADD Operator/ Topographic Survey Crew/ Environmental Specialist with experience in Habitat Restoration and Mitigation/ Irrigation Designer/ Public Relations Specialist. Because ecosystem restoration is the primary project purpose, the Lead Designer will be a senior level individual, registered in the State of Texas as a Landscape Architect, with specialized experience in ecosystem restoration and specific knowledge of vegetation types native to the San Anto nio River, and will not have significant production duties. The evaluation will consider education, training, professional registration, organizational certifications, overall relevant experience and longevity with the firm. Dual-hatted positions are not acceptable. C. Past performance on DOD, USACE, Federal and other contracts with respect to cost control, quality of work and compliance with performance schedules. 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, ecological and climatic conditions, local la ws and regulations, and historical sites. F. Experience in effectively communicating with, and synthesizing significant input from, stakeholders and the public on large complex projects having multiple funding sources. Experience in managing the exchange of information through mediums such as websites. G. Volume of DOD, USACE, Federal, State and local contract awards in the last 12 months as described below. H. Location of the firm and consultants in the general geographical area of the Fort Worth District office and the project area. I. 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 percent age 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 PART I (JUNE 2004 EDITION) US GOVERMENT ARCHITECT-ENGINEER QUALIFICATIONS FOR THE SPECIFIC PROJECT F OR 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. THE SF 330 SHALL NOT EXCEED 75 PAGES. IN BLOCK E OF THE SF 330 PROVIDE RESUMES FOR ALL KEY TEAM MEMBERS; WHE THER 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 managem ent 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. IN BLOCK F OF THE SF 330 PROVI DE 10 PROJECTS, ALL FOR THE PRIME, UNLESS MAJOR SUBCONTRACTORS WITH VERY RELEVANT WORK, BUT STILL ONLY 10 PROJECTS TOTAL. Responses received by the close of business (4:00 pm) on the closing date will be considered for selection. If the closing date is Sat urday, 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 prop osals. 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: Lillian Brauner, Contract Specialist, (817) 886-10 70. Contracting Officer: Leslie E. Guy (817) 886-1080.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00718659-W 20041210/041208212028 (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.