Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

Y -- Design-Build Solicitation for 9th Street Bridge Replacement

Notice Date
7/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Eastern Federal Lands Highway Division, 21400 Ridgetop Circle, Sterling, VA, 20166
 
ZIP Code
20166
 
Solicitation Number
DTFI71-04-R-00009
 
Response Due
8/17/2004
 
Point of Contact
Peggy Schaad, Contract Specialist, Phone 571-434-1596, Fax 571-434-1551, - Wanda Peffer, Contracting Officer, Phone (703)404-6205, Fax (571)434-1551,
 
E-Mail Address
pschaad@fhwa.dot.gov, wanda.peffer@fhwa.dot.gov
 
Description
DISTRICT DEPARTMENT OF TRANSPORTATION (DDOT) 9th STREET BRIDGE REPLACEMENT FEDERAL-AID PROJECT NO. BH-3301(26) DESIGN-BUILD SOLICITATION REQUEST FOR QUALIFICATIONS Project Description: The Project is located in the 9th Street Bridge (Bridge 550) over New York Avenue, AMTRAK and CSXT Railroad in Northeast Washington, District of Columbia in Ward 5. This project consists of the construction of new parallel bridge on an alignment west of the existing 9th Street bridge, and once the bridge and adjacent roadways are fully operational, removal of the existing 9th Street bridge (Bridge 550). The project limits will be within existing DDOT right-of-way or within easements granted to DDOT for the purpose of constructing the project. The design and construction cost for this project is estimated to be over $20,000,000. The duration of the project is anticipated to be approximately two and a half years from Notice to Proceed. The Scope of Work for this project will include Project Management and QA/QC for Design and Construction including Materials Sampling and Testing. The Scope of Work will also include, but is not limited to, the following: Design Work: · Field survey and mapping · Utility mapping · Soils investigation · Community involvement and coordination · Coordination with AMTRAK and CSXT · Roadway and interchange design · Bridge design · Context Sensitive Design (CSD) of Roadway/Bridge · Traffic signal design · Maintenance of traffic plans · Pavement marking and signing · Landscaping · Drainage design · Soil erosion and sediment control · Roadway Lighting · Temporary support of excavation and safety protection systems Construction Work: · Coordination with AMTRAK and CSXT Railroads · Removal and disposal of the existing bridge · Construction of a new bridge on a new alignment · Construction in, over and around active railroads and electrified catenary lines · Milling and resurfacing of existing roadway · Construction of new roadways with pavement markings, signing and traffic signals · Construction of new curb, gutter, drainage devices and storm water management facilities · Repair or replacement of existing sidewalks · Installation of new roadway lighting · Landscaping · Sediment and erosion control within the project limits · Removal and disposal of contaminated and hazardous waste · Obtaining all permits and implementing permit requirements including erosion and sediment control work (see Section 107 of the RFP) · Utility coordination (see Section 107 of RFP) · Installing sheeting, shoring and other temporary safety protection work Background and Evaluation Criteria: In accordance with Public Law 104-106 (41 U.S.C. 253m), the Eastern Federal Lands Highway Division (EFLHD) of the Federal Highway Administration is conducting a “two phased” Design-Build (D-B) selection process for the DDOT. Under this Notice, the EFLHD is soliciting D-B firms/teams to participate in Phase One – Qualifications Based Selection – of the “two phased” selection approach. All D-B firms/teams responding during Phase One will be evaluated using the following criteria and weightings: 1. Bridge Design Experience (Maximum Score = 30). The government will review and evaluate each offeror’s design personnel and bridge design experience, including technical and geographical similarities between the offeror’s bridge design experience and the bridge described in this solicitation. Direct experience of the offeror, joint venture partners, and offerors related by an ownership agreement, and/or experience of subcontractors that the offeror proposes to utilize in the execution of this bridge design will be considered. Experience working on Design-Build type projects will not be required in this solicitation; however, EFLHD may issue future solicitations requiring this specific type of experience. Submit the Offeror's bridge design experience within the past five (5) years performing technically the same or similar bridge design over and around active railroad lines and electrified catenary lines, geotechnical work, hydrology/hydraulics and erosion control, permitting, utility coordination, bridge design project management, and bridge design QA/QC work for DDOT, FHWA and/or similar urban DOT. As a minimum, experience performing technically the same or similar work on two (2) large projects in Washington, DC and/or bordering states within the past five (5) years will be required or three (3) large projects in other states within the past five (5) years will be required. (Maximum Score = 15) Submit key personnel to be involved in the project, indicating their specific experience within the past five (5) years performing technically the same or similar bridge design, geotechnical work, hydrology/hydraulics and erosion control, permitting, utility coordination, bridge design project management, and bridge design QA/QC work for EFLHD, DDOT and/or similar DOT. As a minimum, include the Designer of Record, the Design QA/QC Manager, the individual responsible for permitting and utility coordination, each having a minimum of two (2) years experience within the past five (5) years performing technically the same or similar work in the District of Columbia and/or bordering states. Also submit the Design-Build Project Manager, and his/her experience performing technically the same or similar design project management. (Maximum score = 15) 2. Contractor’s Construction Capability and Resources (Maximum score = 30). The Government will review and evaluate the information about each Offeror’s past performance in the design and construction of roadway and bridge projects based on the Offeror’s record and reputation for satisfactorily completing projects similar in size and scope. Evidence of performance with past and present customers; past and present subcontractors; Federal, State and local government agencies; and/or consumer protection organizations will be considered. Include names, titles, and phone numbers for all references submitted. Submit Offeror's experience within the past five (5) years performing technically the same or similar bridge construction work over and around active railroad lines and electrified catenary lines, bridge construction project management, and bridge construction QA/QC for DDOT, FHWA and/or a similar urban DOT. As a minimum, experience performing technically the same or similar work on two (2) projects in the District of Columbia or in a similar urban environment within the past five (5) years will be required. (Maximum Score =15) Submit key personnel to be involved in the project, indicating their specific experience within the past five (5) years performing technically the same or similar bridge construction work, bridge construction project management, and bridge construction QA/QC work for DDOT, FHWA and /or similar urban DOT. As a minimum, include the Construction Superintendent and the Construction QA/QC Manager, each having a minimum of two (2) years experience within the past five (5) years performing technically the same or similar work in the District of Columbia or in a similar urban environment. Also submit the Design-Build Project Manager, and his/her experience performing technically the same or similar construction project management work. (Maximum Score = 15) 3. Quality Control Plan (Maximum score = 25). The Government will review and evaluate each offeror’s quality control plan to assess the soundness and reasonableness of the offeror’s planned QA/QC for Design and Construction including Materials Sampling and Testing. Submit a description of the system to be used to manage the design and construction schedule, and the management system to control cost and quality of materials and QA/QC. Describe how the systems will be updated and monitored. (Maximum score = 15) Submit evidence of construction performance within the past five (5) years, indicating that quality work was completed on-schedule and within budget. Also include any statements as to the offeror’s integrity, reasonable and cooperative conduct, and commitment to QA/QC and customer satisfaction. A minimum of two (2) references will be required. (Maximum score = 10) 4. Financial Condition (Maximum score = 15). The Government will review and evaluate each offeror’s financial condition to perform the design and construction of the bridge. Submit the most recent audit report performed by the Defense Contract Audit Agency, or a similar audit, reflecting the firm’s rates and detailing the makeup of cost pools from which the rates are derived. Audits for all joint venture partners and architect-engineering firm subcontractors shall be included. Also submit a Dun and Bradstreet Comprehensive Report, or a similar report, prepared by an independent business reporting agency that provides a company profile to include the number of employees; a debt to asset ratio; payment history; a credit evaluation/rating and a comparison of this rating to other firms in the same industry; and a history of the firm’s ownership. (Maximum score = 10) Submit the organizational structure, identifying major participants and describing their roles in the project. Identify the lead firm in the team, and if a joint venture, the equity/interest percentage. Identify how each major partner and subcontractor will interact and fit into the overall team makeup. (Maximum score = 5) A selection committee will review and evaluate contractor qualifications and select a minimum of three (3) of the most highly qualified D-B firms/teams based on the established RFQ evaluation criteria to participate in Phase Two of this D-B selection process. During Phase Two, those firms/teams short-listed will be sent a Request for Proposal (RFP), which will outline the remainder of the process requirements. The RFP will contain the requirements necessary for the short-listed D-B teams/firms to submit both a Technical Proposal and a Price Proposal during Phase Two. Those firms will be required to provide the necessary information to the EFLHD within 60 calendar days after receiving the RFP. A site visit/pre-proposal meeting will be held within the first 21 days of this period to provide additional information. It is anticipated that a stipend will be awarded to each Phase Two offeror who provides a responsive, but unsuccessful proposal (see Subsection I.A.6 of the RFP). A copy of the draft RFP is available to interested D-B firms/teams during Phase One. After receipt of the Phase Two Technical and Price Proposals, an Evaluation Board will conduct a “best value” analysis (see Subsection I.B.6 of the RFP), and submit their recommendations to the Selection Official for approval. Award of one Firm Fixed Price contract is anticipated approximately January 15, 2005, with Notice to Proceed issued approximately February 15, 2005. It is not the intent of EFLHD to receive project specific design or engineering recommendations as part of this Phase One selection process. Offerors should limit their submittals to the information required by this Notice, and other information that may be relevant to the qualifications and experience of the Offeror. No reimbursement will be made for any expenses associated with the preparation of Phase One submittals. Phase One Submittals: Interested firms/teams may use Standard Forms (SF) 330 U.S. Government Architect-Engineer Qualifications, as the basis for their submittals. SF 330 is available on the Government Printing Office’s website at: http://hydra.gsa.gov/forms/pdf_files. Although SF 330 is formatted for Architect-Engineer and Related Services, the construction elements of the firms/team’s submittal may also be included on SF 330. Alternate forms and formats may be submitted, provided that the applicable information from SF 330 is included. The Phase One submittals shall be bound and tabbed with the major headings. Send eight (8) copies of the completed submittals to the following address: Federal Highway Administration Eastern Federal Lands Highway Division 21400 Ridgetop Circle Sterling, VA 20166 Attn: Mrs. Peggy Schaad Copies of the Draft RFP may be obtained at www2.efl.fhwa.dot.gov. All interested firms/teams are strongly encouraged to review the Draft RFP. Questions concerning this solicitation may be directed to Mrs. Schaad at 571-434-1596, or in her absence, to Mr. Kenneth Atkins at 703-404-6307. All Phase One submittals must be received no later than 3:30 p.m. local time on Tuesday, August 17, 2004 in order to be considered for further evaluation. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JUL-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-JUL-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/FHWA/71/DTFI71-04-R-00009/listing.html)
 
Place of Performance
Address: Northeast Washington, District of Columbia in Ward 5
 
Record
SN00857527-F 20050730/050728213329 (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.