Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SPECIAL NOTICE

C -- RECOVERY--C--SOLE SOURCE PROCUREMENT NOTIFICATION - A-E SERVICES FOR Architect and Engineering Services for Rio de la Plata Flood Control Project (1A) for the U.S. Army Corps of Engineers.

Notice Date
8/4/2009
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Jacksonville, US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-09-Z-0012
 
Archive Date
11/2/2009
 
Point of Contact
Karla M. Garcia , 904 2321015<br />
 
E-Mail Address
US Army Engineer District, Jacksonville
(karla.m.garcia@saj02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT IS FOR INFORMATION PURPOSES ONLY. DO NOT REGISTER AS A PLANSHOLDER. Under the authority of FAR 6.302-1, the US Army Corps of Engineers intends to negotiate on a sole source basis with CMA Architects and Engineers, LLP, for an Architect-Engineer design contract. The contract will be a Firm Fixed Price for a period of 120 days. This contract is in support of the Rio de la Plata Flood Control Project (1A). The Water Resources Development Act of 1990 authorized the Rio de la Plata project. The project features are intended to reduce the frequency and severity of flooding events in Mameyal Community and Dorado Town, Puerto Rico. The basin is located about 11 miles west of San Juan and drains approximately 240 square miles. Heavy rainfall combined with the steep headwater slopes causes frequent flooding in the towns of Dorado, Toa Baja, and Toa Alta. The recommended plan provides 100-year protection upstream of PR Highway 2 and SPF protection downstream. Project features consist of 7.0 miles of channel improvements, 7.6 miles of levee construction, the replacement of 3 bridges, recreation facilities, and mitigation for the loss of environmental habitats. The project is broken into three phases with Phase 1 broken into Contract 1A, contract for Dorado Bridge retrofit, and Contract 1B. This was due to funding streams and breakpoints in construction. Contract 1A includes 2.3 miles of levee construction and 2.1 miles of channel improvements. Contract 1B, along with Phases Two and Three will complete the remaining portions of levee construction and channel improvements. The non-Federal sponsor is the Department of Environmental and Natural Resources of Puerto Rico (DNER). DNER awarded a design contract to CMA Architect and Engineers LLP for Design of Contract 1A for Rio la Plata. This contract for the Preliminary Engineering Design of the project included: providing services to prepare construction plans, specifications, quantity estimates, supporting documentation, and computations. Computations would include all civil, structural and geotechnical analyses required for the proposed project. Included in supporting documentation would be analysis required for project site permitting including wetland determination, and mitigation, environmental assessment survey, and an archeological survey. To date, CMA has created a complete & final set of Plans & Specifications for Contract #1A. The proposed contract would consist of providing services to revise the previously completed final design plans & specifications, quantity estimates, Design Documentation Report, computations, and a Memorandum of Engineering Considerations and Instructions to Field Personnel for this construction project in order to bring the final design documents into compliance with Corps of Engineer standards prior to advertisement. Computations shall include all civil, structural and geotechnical analyses required for the proposed project. Perform a Quality Control Review and an Independent Technical Review as described herein, and, as required, incorporate review related corrections. Specific supplement analyses, required in addition to those already completed, include: Verify the existing designs relief wells are in compliance with latest USACE standards. Verify the existing designs seepage control berms wells are in compliance with latest USACE standards. Verify the existing designs channel side slopes, and stability analyses are in compliance with latest USACE standards. Verify the existing designs excavations near the pile foundation of the PR-165R bridge is in compliance with latest USACE standards. Verify the existing designs rip-rap designs are in compliance with latest USACE standards. Perform drainage blanket filter design calculations for all culverts, pipe, and other conduits that will penetrate the levee. Perform additional soil borings and analysis in the west levee mangrove swamp area and provide detailed documentation for the design of the Memayal Floodwall and foundation. The design must be in compliance with latest USACE standards. This revision process must be completed within 120 days in order to stay within the ARRA stimulus timeframe requirements. This revision process must also stay within the originally authorized project, so any revisions required in order to meet Corps standards cannot change the overall project footprint. This contract will maintain the engineer of record for the design of this construction project. To contract with other than CMA would result in a substantial duplication of cost to the Government that is not expected to recover through competition. In addition, to develop a new consultant's knowledge base of the project would cause a significant impact to the delivery schedule of this ARRA project. Based on the paragraph above, CMA factors for evaluation in order or priority will be: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The firm must clearly demonstrate specialized experience and expertise in the preparation of plans, specifications, various federal reports and studies, design reports, cost estimates, design analysis for all phases of civil engineering and related work; and, ability to prepare construction drawings and specifications in digital format on magnetic tape and/or compact disk using Bentley Systems' MicroStation V8 CADD system with a Windows XP operating system target platform, construction cost estimates utilizing Government provided M-II software and preparation of plans and specifications using both English and Metric Standards of Measurement. Firm must clearly demonstrate specialized experience and expertise in collecting data in GIS formats, automating GIS data from source documents, performing spatial analysis and map production, and presenting final GIS data deliverables in geodatabase, shapefile, TIN and Grid format that are directly usable by the most recent version of the ESRI ArcGIS product suite. 2. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS), and information available from other sources, will be utilized for prior performance evaluation. 3. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or through association with qualified subcontractors, U.S. registered personnel (as applicable) as follows: Architects, Engineers, and Landscape Architects. Engineering staff must include, but not be limited to, the following disciplines: Civil, Mechanical, Structural, Geotechnical, Coastal, Hydraulic, Hydrology, Soil, Sanitary, and Electrical. Additionally, a Registered Land Surveyor and all necessary supervisory and administrative personnel necessary for preparing engineering and design documents are also required. 4. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firm must have the capacity to commence work within 15 days after receipt of notification to proceed and accomplish it in accordance with scheduled completion date of 120 days. Interested concerns should contact Karla M. Garcia at 904-232-1433 (or email at Karla.M.Garcia@usace.army.mil) for information on submitting documentation demonstrating their qualifications to accomplish this project no later than 04 September 2009, 2:00 pm EST. Questions concerning this procurement may be addressed to Karla M. Garcia at 904-232-1433. THIS ANNOUNCEMENT IS FOR INFORMATION PURPOSES ONLY. DO NOT REGISTER AS A PLANSHOLDER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-09-Z-0012/listing.html)
 
Record
SN01898035-W 20090806/090804235348-5336ca68bb8fa6fa34e35012af16ed38 (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.