Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

C -- A/E Project Development Services, Hawaii and U.S. Pacific Territories

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, 12300 West Dakota Avenue, Lakewood, CO, 80228
 
ZIP Code
80228
 
Solicitation Number
DTFH68-06-R-00003
 
Response Due
3/21/2006
 
Archive Date
4/5/2006
 
Description
The Federal Highway Administration (FHWA), Central Federal Lands Highway Division (CFLHD), anticipates awarding one Full-Service Indefinite Delivery, Indefinite Quantity contract for architect-engineer (A-E) project development services for Hawaii and the U.S. Pacific Territories. Projects will primarily involve improvements to low-volume and low-speed roadways ranging from 3R (resurfacing, restoration and rehabilitation) to complete reconstruction or entirely new construction. Services may also include project management, highway and bridge (structural) design, surveying and mapping, right-of-way development, hydraulic and geotechnical engineering, environmental studies, planning studies, performing quality assurance/quality control (QA/QC), and other pertinent highway work for CFLHD. Services include post design construction support such as review of falsework and structures submittals, but will not include construction administration. The work will be associated with Federally funded road projects accommodating the needs of various Federal and local agencies such as, but not limited to, the National Park Service, Department of Defense, the U.S. Fish and Wildlife Service, Hawaii Department of Transportation, Territorial Governments, Counties, and local government agencies. Projects may be located in environmentally sensitive areas that necessitate context-sensitive design techniques and processes. The geographic area encompasses Hawaii and the U.S. Pacific Territories only. This procurement is being solicited on an unrestricted basis to A-E firms and their subcontractors, licensed and registered in Hawaii and/or the U.S. Pacific Territories. The workforces of A-E firms and subcontractors residing in the geographic area will be required to complete the majority of the labor tasked under this contract. Professional documents produced under each task order will require a Professional Engineer and/or a Registered Land Surveyor license valid in the state or territory in which the project work is located. The contract will consist of 1 base year and options to extend the contract for 4 additional 1-year periods. The guaranteed contract minimum shall not be less than $50,000, with a maximum not-to-exceed 5-year total of $10 million. The contract will operate with individually negotiated task orders issued in accordance with the terms of the contract. Task orders are predominately for multidiscipline, full-service project delivery activities. Some project development activities may be accomplished by CFLHD, by other Government agencies, or by other consulting firms of various disciplines. Agency coordination, document and report preparation, management of public meetings, and other public/agency involvement may be required. Highway projects will be designed in accordance with current American Association of State Highway and Transportation Officials policy, CFLHD procedures, and/or specific project criteria as determined by CFLHD. CFLHD uses both the International System of Units (Metric) and U.S. Customary Units (English). Computer files will be required to conform to FHWAs Specifications for Computer File Compatibility and Computer File Exchange. Work must be performed and delivered using the following programs and formats: Geopak 2004 (highway and earthwork design), MicroStation DGN File format V7 or V8 (plans and drawings), including CFLHD criteria files and other design software, and the current version of Microsoft Office (word processing, spreadsheet, database, etc.). The firm will employ CFLHD Quality Assurance/Quality Control (QA/QC) guidelines and procedures in the performance of all work. The Scope of Work of task orders may include, but is not limited to: (A)Project Management activities such as coordination with the internal design team and subconsultants, coordination with CFLHD personnel, coordination with external agencies, as well as management of scope, schedule, budget, and QA/QC processes; (B)Highway design activities utilizing context-sensitive design principles in performance of tasks such as reconnaissance and conceptual studies; safety reviews, design analyses and studies; value engineering studies; preliminary design and line and grade studies; final design; construction schedules; and preparation of plans, specifications, and estimates (PS&E) including all electronic files and project notes required to advertise and administer the project; (C)Bridge and other structural design activities (e.g., retaining walls, box culverts, headwalls); (D)Surveying services such as photogrammetric mapping and/or ground surveys; cadastral surveys; bridge site surveys; and location and final design topographical surveys. Mapping services such as analytical aerial triangulation; digital terrain modeling; and compilation of topographic and planimetric features; (E)Preparation of right-of-way plans, legal descriptions and highway easement deeds; and familiarity with federal right-of-way acquisition procedures as well as utility plans and utility relocation requirements, standards, and agreements; (F)Hydraulic and hydrologic engineering for the determination of roadway surface and topographic drainage including design discharges and water surface profiles; flood plain and scour analyses; culvert and headwall design; and development and preparation of certain permit applications; and preparation of reports, recommendations, and findings; (G)Geotechnical and Material engineering such as comprehensive identification of geologic hazards through surface and subsurface investigations; pavement and subgrade improvement design; shallow and deep foundation design; retaining wall design; earthwork estimations; cut and fill design; soil and rock slope stability and excavation methods; erosion survey and mitigation; material source characterization; culvert and drainage system surveys; landslide analyses and mitigation recommendations; instrumentation deployment; laboratory investigations; and preparation of reports, recommendations, and findings; (H)Environmental compliance services such as, but not limited to, surveys, studies, and reports for wetlands, threatened and endangered species, sensitive species, cultural resources, socio-economic effects, hazardous materials, wild and scenic rivers, wildlife and fisheries, noise, visual quality, water quality, air quality, land use, floodplain, environmental justice, cumulative and indirect effects, mitigation of impacts, including interagency coordination for resolution of environmental concerns; planning, participation, and coordination of public involvement meetings and hearings; preparation of reports and decision making documents required for the National Environmental Policy Act, FHWA Section 4(f), and preparation of project permits; (I)Transportation planning activities such as traffic counts and trip generation studies; calculation of capacity; analysis of transportation needs and priorities; opportunities for multi-modal integration and alternative transportation systems development; public involvement; congestion management and transportation systems management; special transportation studies to include intelligent transportation systems and other professional transportation planning, programming, and delivery services in support of partner agency goals and objectives; (J)Post design construction assistance to CFLHD in the support and review of the following; firm generated plans, specifications and estimates; construction contractor submittals; false work analysis and review; value engineering proposals; site visits to perform specialized inspections related to the firms design; attend meetings; and perform other mutually agreed upon work. The following evaluation criteria, in descending order of importance, shall be used in the evaluation of prospective firms: (1) Professional qualifications of the firm(s), staff, and subconsultants identified to work on the contract. ualification statements should clearly identify the specialized qualifications of those individuals anticipated to work on the contract that align with the type and scope of work to be performed. The individuals proposed to work on the contract shall be familiar with the unique construction, legal, environment, and cultural issues relating to work in Hawaii or the U.S. Pacific Territories. (2) General and specialized experience and technical competence of the firm(s) and subconsultants to perform work in Hawaii and the U.S. Pacific Territories, and work similar to typical CFLHD projects, consisting primarily of two-lane highways in environmentally sensitive areas requiring context sensitive design solutions. (3) The capacity of the firm(s) and subconsultants to accomplish a flexible workload with stable qualified resources in a high quality manner. (4) A QA/QC program that shows project-specific applications of a project management led organizational structure, philosophy, and approach to QA/QC processes, procedures, and techniques within the firm(s) and its subconsultants on multidisciplinary task orders with CFLHD or independent QA oversight. (5) Past performance in the areas of cost control, quality of work, and compliance with performance schedules on contracts similar to those of CFLHD. (6) Existing resident office location(s) for firm(s) and subconsultants in the contract geographic area and elsewhere, and the distribution of technical and production capabilities, services, and key personnel resources among office locations. Selected firms must comply with Equal Employment Opportunity requirements in accordance with FAR 22.8. Subcontracting plans will be required for large business in accordance with FAR 19.7. The subcontracting plan must show the firms intended use of small business, HUBZone small business, small disadvantaged business, veteran-owned small business, service-disabled veteran-owned small business, and women-owned small business concerns. Subcontracting Plans are not required with submission of SF 330 forms. Firms desiring to be considered must submit 6 sets of documents containing copies of completed SF 330. Bind each set with front and back covers. The front cover will show the submitting firms name, address, phone number, and point of contact; the solicitation number; closure date of the solicitation; and any other pertinent information. Firms are encouraged to include a cover letter and an organizational table. Avoid duplicating the information being submitted and print double sided when appropriate. Font size shall be no smaller than 12. Submit data that clearly and adequately demonstrates the firm(s) and subcontractors ability to meet the specified evaluation criteria. The total submittal including all information shall be less than 100 pages. A double-sided, printed page counts as 2 pages, photographs count as a page, as does ancillary information or fact sheets. Cover sheets, cover letter, organization table, and divider pages do not count toward the page limit. Only responses received in this office no later than 1:00 p.m., Lakewood, Colorado local time, March 21, 2006, will be considered. No other general notification to firms will be made and no further action is required. This is not a request for proposal. No solicitation package is available. Short-listed A-E firms and their proposed subconsultants will be expected to travel to Lakewood, Colorado, or a mutually agreed upon location, for oral presentations. Selection of firms for award shall be in accordance with FAR 36.602-3 and 36.602-4. You are encouraged to visit the CFLHD web page at http://www.cflhd.gov/ . Under the heading of Active Projects, you are provided an opportunity to market your firm as a prime or subconsultant under this announcement. You are not required to register. The names of the registered firms are removed from the web page on the closing date.
 
Record
SN00989591-W 20060218/060216212008 (fbodaily.com)
 
Source
FedBizOpps 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.