Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
SOLICITATION NOTICE

C -- Elwha Water Facilities Construction Management

Notice Date
10/22/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
DSC-CS Contracting Services Division National Park Service P.O. Box 25287 Denver CO 80225
 
ZIP Code
80225
 
Solicitation Number
N2000080200
 
Response Due
11/21/2007
 
Archive Date
10/21/2008
 
Point of Contact
Joy Jamison Contract Specialist 3039692170 Joy_Jamison@nps.gov ; Joe Scmoe Electrician 5555551212 ;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The National Park Service (NPS), Denver Service Center (DSC), 12795 West Alameda Parkway, Denver, Colorado, 80225, is seeking qualified firm(s) or organization(s) to provide Construction Management Services under an Indefinite Quantity contract for the Elwha Water Facilities (EWF). The Government will award a single contract to one source under the solicitation. TYPE OF PROJECT: The EWF is comprised of four components and is estimated in the range between $50 million to $70 million. The components are the Elwha Water Treatment Plant (EWTP), Elwha Surface Water Intake (ESWI), Crown 'Z' Water Road Improvements (CZR), and Area Flood Protection (AFP). These four components are all located adjacent to each other south-west of Port Angeles, Washington. The project site is along the Elwha River, south of the river mouth at the Strait of Juan de Fuca. All work shall proceed in a manner that will minimize disruption of on-going City of Port Angeles and Washington Department of Fish and Wildlife (WDFW) operations. The on-site project Construction Management (CM) Firm is responsible for coordinating the contractor's construction efforts with the City's & WDFW's daily operations. PROJECT GOALS AND OBJECTIVES The Elwha Surface Water Intake (ESWI) project will include the demolition of the existing intake structure and rock weir, and construction of the new facilities including: sheet pile control weir, intake structure, diversion pump structure, fish screen structure; tunnel repair; piping; electrical; mechanical; utilities and site work. The site is located adjacent to the Elwha River, with a significant amount of work being done within the river channel. Construction of temporary diversion dams and de-watering will be part of the work. The work within the river channel and floodplain will be seasonal because of seasonally high river flows. The Elwha Water Treatment Plant (EWTP) is located immediately downstream from ESWI. It is designed to treat water from the ESWI for use in industrial and fisheries applications by removing suspended sediments. The proposed treatment plant will be located adjacent to the existing Washington Department of Fish and Wildlife (WDFW) fish rearing channel on the Elwha River west of Port Angeles in Clallam County, Washington. The Crown 'Z' Water Road (CZR) and EWTP Area Flood Protection (AFP) will include the completion of federal levee work within the construction area incorporating Clallam County road improvements and the EWTP. The existing county road cannot support the heavy construction traffic required to construct both ESWI and EWTP; consequently, the improvements will bring the road up to current county road safety standards for both construction and future operations use. During construction, the Crown 'Z' Road will be used primarily for hauling route egress (the Milwaukee Railroad Grade will be used for heavy equipment access routing) for construction heavy equipment. The EWTP Area Flood Protection was designed by the Army Corps of Engineers and is integrated into the Crown Z Water Road Improvements. The levee construction will extend north along the Crown Z Water Road. The levee's construction is required for protection of Crown Z Road, EWTP, Rearing Channel, and WDFW offices against the 100-year flood; in addition, there are numerous existing private facilities in the area that also require protection, including the City of Port Angeles' Ranney Well, industrial supply channel, and a future Tribal hatchery pipeline. Due to the importance and complexity of this construction project and the ability to work with the level of Contractor expected to be selected, the NPS has stringent requirements for the Construction Management Team. Both the Elwha Surface Water Intake and Elwha Water Treatment Plant will serve as water sources for the City of Port Angeles Water Treatment Plant, the Lower Elwha Klallam Tribe Hatchery, Washington State's Department of Fish and Wildlife, Nippon Paper mill, and the local community. Washington State's Department of Health is requiring certification from a registered professional for the future Port Angeles Water Treatment Plant; thus, the NPS will also require similar registration requirements for the EWF project. In addition, the staff's registration ensures and provides experience and knowledge for construction knowledge required. CONTRACT PERIOD: All services will be provided under an Indefinite Quantity contract. The base contract period will be for one year with options to extend for four additional one-year periods. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders. The maximum ordering limitation will be $5,000,000 for the life of the contract. The $5,000,000 maximum may be realized in a single year or spread over the life of the contract including all option years. The guaranteed minimum for the life of the contract, which includes the base period and all options exercised, is $25,000.00. CONSTRUCTION MANAGEMENT TEAM REQUIREMENTS A good understanding, knowledge, and application of construction management principles and practices; and broad experience in all phases of construction inspection and material testing is required. The following requirements shall be accomplished/met by the on-site CM Team Personnel. CM Team Personnel - The Construction Management Team (CMT) shall be located in on-site office space. Government space will not be available. The CM team shall be full-time once construction begins. As a minimum, the following key personnel are required for the CM team: Construction Management Representative (CMR): The CMT lead is required to be a registered architect or engineer with extensive experience in the field of construction management and construction inspection of projects similar in scope, size, and complexity as the Elwha Water Facility project's construction scope. As a minimum, this person shall have experience in the inspection and management of government facilities and contracts, submittal reviews, schedule reviews, water treatment systems, control systems, and mechanical/ electrical systems similar in size and complexity to the Elwha Water Facilities project. Hours of work shall be during normal business hours (7 am to 5 pm) (minimum of 40 hours per week). Some after hours work, or adjustments to scheduled hours, may be necessary due to construction operations. The NPS shall approve the resume of the applicant CMR. The major duties of the CMR shall be to serve as the point of contact between NPS, the various municipalities, state agencies, A/E and general contractor. The CMR shall have demonstrated ability related to the area of work under this contract including oral and written communication that is clear and concise, an understanding of contract documents such as specifications and drawings, interpretation of contract documents and problem solving ability. This person shall be located on-site full-time. Construction Inspector (CI): It is beneficial that the CI be a registered architect or engineer. The CM firm shall provide two on-site CIs. The candidates shall also have extensive experience in the inspection of, civil, mechanical and electrical type construction projects of similar scope, size, and complexity as the Elwha Water Facilities project. Construction Inspectors shall also have experience in water treatment plant construction to include systems start-up and systems integration. Hours of work shall be during normal business hours 7 am to 5 pm (minimum of 40 hours per week). Some after-hours work, or adjustments to scheduled hours, may be necessary due to construction operations. The CI shall have demonstrated ability related to the area of work under this contract including oral and written communication that is clear and concise, an understanding of contract documents such as specifications and drawings, interpretation of contract documents and problem solving ability. CI's work on this project is not expected to start until the contractor is fully mobilized. The estimated length of employment is expected to be full time for approximately 3 years. Construction Management Project Manager (PM): The Construction Management PM will be required to be a registered architect or engineer, with extensive experience in the field of construction management on similar projects in the fields of construction management and construction inspection of water treatment plants. As a minimum, this person shall have experience in the management of government design and construction contracts, submittal reviews, schedule reviews, civil engineering, and mechanical/electrical systems. The location of this individual will most likely be at the off-site support office. Responsibilities include providing support services to the on-site field office in the areas of estimating, scheduling, and progress. CM TEAM ADDITIONAL REQUIREMENTS: CM team members of the base team shall be experienced in using Microsoft Project and Primavera scheduling software. CM firm shall provide resumes on all candidates being considered for the positions. NPS reserves the right to interview the candidates proposed, and shall also be able to remove, replace, or increase staff as needed. Key personnel shall not change during the performance of this task order unless written approval is obtained from the Contracting Officer. The NPS will monitor job performance. If at anytime the NPS determines any member of the CMT is not performing to the standards stated in this task order, the CM Program Manager will be given a maximum period of time to remedy the situation and/or remove and replace that particular CMT member. CONSTRUCTION MANAGEMENT SCOPE OF SERVICES (CONDENSED) Primary Services: Services to be provided by the CM firm selected under this solicitation may include: participation at the pre-construction conference; assistance in process and review of construction contractor-submitted shop drawings; review, recommend approval, and monitor the construction contractor's CPM construction schedule throughout the construction cycle, schedule of values or cost-loaded project schedule, and safety plan; conduct weekly meetings, generate daily reports, and process request for information (RFIs); technical inspection of the work for compliance with the contract specifications and drawings; assistance in the preparation of correspondence, estimates, and back up documentation for contract modifications; assistance in identifying and recommending resolution of construction/design deficiencies; monitoring of the construction contractor's quality control program; conducting pre-final and final inspections; generate and ensure completion of the punch list; and assistance in the preparation of as-constructed drawings and other documents and activities associated with project close out. The CM firm may be required to provide constructability analysis considering items such as monitoring permitting requirements, overseeing construction contractor staging areas, site access and logistics, coordination and mitigation of impacts to ongoing City operations, County bridge construction, and Washington State's Department of Fish and Wildlife operations, construction phasing, availability of equipment, material, and labor, and time and cost impacts of hazardous materials, archeology, and concurrent projects. Generate a consolidated list of constructability issues unique to the project and recommend solutions for modifications. The CM contractor(s) will be required to provide cost estimating services for modifications which will include technical evaluation of construction contractor's proposed construction estimates, and consultation during negotiation with proposed construction contractors. The CM firm will also be required to provide value engineering (VE) services, which will include performing review and recommendations on construction contractor-generated VE proposals during construction. On-Site Construction Management - General: The CM firm shall provide full time on-site project team to perform the duties described below. At a minimum, the CMT's lead person, the CMR, will have the qualifications stated above in addition to being knowledgeable in construction practices including applicable building codes, cost breakdown estimating and negotiating, and technical writing. This individual shall have sufficient computer operating skills to be able to open and manipulate Primavera Project Planner (P3) schedules and be proficient in Microsoft Word, Excel, and Project. Sufficient number of CMT members must be able to access and utilize the Internet for the transmission of digital progress photos and administrative communications so as to provide full and timely construction management services. The duties shall be as requested and as outlined below. CMT Role: The primary role of the CMT is to provide day-to-day management for all construction-related activities. The CMT will act as the on-site Government representative and shall interface with the respective construction contractors, Denver Service Center technical staff, Denver Service Center contracting staff, City of Port Angeles staff, and Olympic National Park staff. CMT Duties: The CMT shall arrange and conduct a variety of meetings, as requested by the Contracting Officer, at the park and project site. The CM shall chair all meetings between the National Park Service and the construction contractor except for the Pre-construction conference, which will be chaired by the NPS. The CMT shall prepare written documentation of various meetings, inspections, and reports. Office Support Services - General: It is anticipated that some office services will be required for the purpose of coordinating the work and/or assisting the NPS in resolving project issues. These office services are separate from the duties outlined above under On-Site Construction Management. Specific specialty services will include construction schedule monitoring, estimating for modification evaluation, Contractor's estimate reviews, and any value engineering. Office services include telephone calls, electronic mail, faxes, technical assistance, or other services during construction that do not require site visits. The CM firm shall furnish all equipment and materials required to provide office communication with field staff. Site Visits General: It is anticipated that the CM Project Manager assigned to the project under this task order may need to visit the construction site for the purpose of performing specialized inspections, coordinating work and/or milestone inspections, or to perform other mutually agreed upon work and preparing reports on findings and recommendations. Site visits shall be made when and as requested by the National Park Service's Project Manager/Contracting Officer's Representative. For purposes of this task order, the number of site visits for the CM Project Manager shall be determined during the task order negotiation. Any additional site visits will require prior approval and documentation. Duration of Project: Construction project duration is approximately 1/14/2008 to 12/30/2010. The firm selected shall be compensated for travel and per diem costs for those employees establishing temporary living quarters at the project area. Compensation will be the same as allowed for Government employees on extended duty travel. Technical Evaluation Criteria: Statements of Qualification will be evaluated by a selection committee of National Park Service personnel based upon the following primary criteria, listed in descending order of importance: 1. Previous specialized and technical experience on construction projects of similar magnitude, size, and complexity. Include locations, work summaries for each project (project costs, CM services provided, locations, staffing requirements), and references. 2. Resumes and other information that demonstrates the professional qualifications and experience of potential key personnel/construction management team(s). Also include names and qualifications of any other key personnel that will be involved in the project and that will provide support for the on-site CM team(s). 3. Past performance on contracts with Government agencies and private industry in terms of cost control, qualify of work, and compliance with regulatory agencies (state and federal) and performance schedules. 4. Proposals should also include how the CM firm intends to provide testing and inspection services for each project as required by IBC 2003, Chapter 17. The CM firm shall provide this service for those tests identified in section 01430 of the construction contract technical specifications. This written portion should identify how to provide these services effectively and economically at a relatively remote site. 5. Capacity of the firm to accomplish the work within the required limits of time (i.e., size of firm, workload). The government will not indemnify the firm selected against liability involving asbestos or other hazardous materials; that is, no clause holding the firm harmless will be included in the contract. Subcontracting Plan Requirement: In accordance with Public Law 97-507, the firm will be required to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that 18% of the contractor's intended subcontract amount be placed with small businesses; 5% shall be placed with small disadvantaged businesses, 5% shall be placed with women-owned businesses, 3% shall be placed with veteran-owned small businesses, 3% shall be placed with service-disabled veteran-owned small businesses, and 2% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit two (2) copies of a Letter of Interest and a SF330. Submission of any additional supporting material under Section H of the SF330 is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on the SF330. The additional information should not exceed 20 pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Registration in Online Representations and Certifications Application (ORCA) is required in responding to this solicitation (https://orca.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. Responses must be received by noon Mountain Standard Time, 30 days after the posting of this notice on 11/21/07 at the following address: National Park Service; Attn: Joy Jamison, 12795 West Alameda Parkway, Denver, Colorado 80225-0287. Note: This is not a Request for Proposals.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2723238)
 
Place of Performance
Address: Olympic National Park Clallam County Washington
Zip Code: 983626757
Country: USA
 
Record
SN01438731-W 20071024/071022223652 (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.