Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOURCES SOUGHT

C -- RED CREEK BRIDGE DESIGN

Notice Date
4/14/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin - Monongahela NF, 200 Sycamore St, Elkin, West Virginia, 26241, United States
 
ZIP Code
26241
 
Solicitation Number
AG-3434-S-10-0002
 
Archive Date
10/31/2010
 
Point of Contact
Mark Corse, Phone: 812.276.4729
 
E-Mail Address
mcorse@fs.fed.us
(mcorse@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
ARCHITECT-ENGINEER REQUEST FOR INFORMATION 1. SOLICITATION AG-3434-S-10-0002 2. DATE OF REQUEST: APRIL 14, 2010 3A. NAME OF ARCHITECT-ENGINEER_________________________________________ 3B. TELEPHONE NO. (Include Area Code)______________________________________ 3C. ADDRESS OF ARCHITECT-ENGINEER (Include ZIP Code) ________________________________________________ ________________________________________________ ________________________________________________ ________________________________________________ 3D. EMAIL ADDRESS: ______________________________ 3E. DUNS NUMBER:________________________________ 3F: TAXPAYER ID NUMBER:_________________________ 3G. Socio-Economic program certifications (list all eligible programs for which the firm is certified): 8(a) ________YES ________NO Service Disabled Veteran Owned ________YES ________NO HUBZone ________YES ________NO 4. PROJECT TITLE AND LOCATION: RED CREEK BRIDGE DESIGN The Monongahela National Forest requests engineering services from an A/E firm for the design and preparation of plans and specifications for the construction of the Red Creek Bridge (FR 19 – 0.0) at Laneville. The existing structure is a 100-foot, single span, pony truss located just upstream form the proposed new bridge site. The existing bridge will be used as a temporary bridge while construction of the new bridge is underway. A design study was completed and the recommended replacing the existing bridge with a three Span Bridge Replacement, thus providing the Type, Size, and Location for the new bridge. Services requested shall include all permitting (Army Corp, WVDEP, etc.), complete design work for the proposed bridge, demolition plan for existing bridge and preparation of all plans, specifications and cost estimates. Additional Services during construction of the bridge shall include shop drawing review of the superstructure, bearing details, deck overhang forms, erection plan, demolition plan, caisson review (if caisson foundation is used), and site visits. WHAT DOES MY FIRM NEED TO SUBMIT TO DETERMINE ELIGIBILTY AND RECEIVE CONSIDERATION FOR THIS PROJECT? Complete Items 1 through 3 above and submit by the due date. Submit ORIGINAL and Three copies of each of the following documents: 1. CCR Print Out: Central Contractor Registration is required for award of federal contracts. www.ccr.gov. Search the database for your firm and print out results. You must be registered in CCR and accept electronic payments in order to be considered for this project. 2. ORCA Print out: A copy of your ORCA representations and certifications is required. 3. SF330: Complete the SF330 and submit by the due date. MAIL ALL DOCUMENTS TO: USDA FOREST SERVICE ALLEGHENY NATIONAL FOREST ATTN: ORB-PC – MARK CORSE 4 FARM COLONY DRIVE WARREN, PA 16365 Receipt of submittals by 3:30 p.m. Eastern time, on May 13, 2010 to be considered for this project. The SF330 may be obtained at the following website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6 Upon receipt of the SF330s the Forest Service will perform a technical review and evaluation to determine the 3 most highly qualified firms for this project, and have discussions with the 3 firms to determine the best qualified firm for this project. A price proposal will then be requested from the highest rated firm. If reasonable price cannot be negotiated, discussions will be held with the second best qualified firm, and so on. SF 330s will be evaluated in accordance with FAR Subpart 36.602-1, in addition, the following evaluation sub factors listed in order of importance will be used in the technical evaluation process. 1. Past Experiences Past bridge design experience shall be stipulated on similar projects completed over the past five (5) years. Experience is relevant when the offeror has been confronted with the kinds of challenges that will be present under the contract contemplated by the RFP. The offeror will be assessed by relevant experience on the basis of its breadth and its depth. For each relevant contract or reference the offeror is requested to provide: a.Name of the project, b.Project location’ c.Contact person and phone number, d.Bridge size and type (if applicable) g. Brief project descriptionn f.e. 2. Past Performances Experience is relevant when the offeror has satisfied performance factors with customers in the past, and complied with Federal, State, and local laws and regulations. The assessment of past performance will be subjective, and based mainly on the offeror’s reputation with their customers and others. We will contact some of your customers as to whether or not they believe: •That you were capable, efficient, and effective; •That your performance conformed to the terms and conditions of your contract; •That you were reasonable and cooperative during performance; •That you were committed to customer satisfaction; and •That you were committed to quality work and timely completion. 3. Staffing Provide names and title of key personnel to be assigned to the project, i.e., Design Engineer, Structural Engineer, Project Manager, Project Superintendent, etc. Provide the background and experience of such personnel as related to structural bridge design. The offeror shall provide the qualifications of all key personnel, including but not limited to, education and experience as related to bridge design. 4. Project Schedule The project schedule shall include, but not be limited to, a schedule for submission of 35%, 95%, and final design - see Sections L & P under the Technical/Design requirements of the scope of work. The final drawings and specifications shall bear the seal of a PE licensed in West Virginia.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec0370cd689a07f843fa7899b767a53a)
 
Place of Performance
Address: FOREST ROAD 19, BORDER OF, RANDOLPH AND TUCKER COUNTIES, LANESVILLE, West Virginia, United States
 
Record
SN02122097-W 20100416/100414235419-ec0370cd689a07f843fa7899b767a53a (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.