Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2010 FBO #3231
AWARD

C -- GOLD CREEK BRIDGE DESIGNS

Notice Date
9/27/2010
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801
 
ZIP Code
98801
 
Solicitation Number
AG-05G1-S-10-7041
 
Archive Date
9/30/2010
 
Point of Contact
Kris D Bellini, Phone: 509-684-7113
 
E-Mail Address
kbellini@fs.fed.us
(kbellini@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Award Number
AG-05G1-C-10-0029
 
Award Date
9/27/2010
 
Awardee
SARGENT ENGINEERS, INC, 320 Ronlee Lane NW, Olympia, Washington 98502, United States
 
Award Amount
$221,769.00
 
Line Number
All base and option line items
 
Description
Award was made to Sargent Engineers as indicated above. For additional information regarding this award contact Kris Bellini at kbellini@fs.fed.us or telephone: 509-684-7113. Previously advertised on June 30, 2010: GOLD CREEK BRIDGE DESIGNS The Forest Service is seeking the design and contract development services of an engineering firm for two bridge designs located in Washington on the Okanogan & Wenatchee National Forests. The projects are being designed in conjunction with the Interstate 90 Wildlife Corridor project, a multi-agency project being designed and implemented in several phases. The two projects sites are located on National Forest System Road, 4832 which runs adjacent to Interstate 90 as it crosses Gold Creek, near Snoqualmie Pass, Washington. Work may include subsurface investigation/drilling at the site, preliminary bridge design development for two bridge structures, final structure design and drafting, roadway design and drafting, development of an engineering cost estimate, and the development of special contract requirements to support unique bridge construction. The design is in accordance with AASHTO LRFD, 4th Edition, and the construction would utilize the "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-03)." Electronic drafting of the plans would require Autocad Civil 3D 2010. Work is required to be performed and certified by a registered Professional Engineer in the State of Washington. One structure is anticipated to exceed 200 feet in length. That structure will also require a certified stamp of a registered Structural Engineer in the State of Washington. Specialized studies, some subsurface drilling, hydrology and hydraulics reports, Washington DOT (WSDOT) designs, and other data, have been accomplished in conjunction with WSDOT's projects and will be made available as part of the scoping for the Forest Service bridge design. The Small Business Competitive Demonstration Program applies (FAR Subpart 19.10). This procurement is unrestricted regarding business size related to the primary North America Industry Classification System (NAICS) group 541330, which has a size standard of $4.5 million in average annual receipts. SCOPE OF WORK - Gold Creek Bridge Site will require a multi-span structure crossing the flood plain for Gold Creek, with a preliminary length determination of 660 feet utilizing multiple spans. The design should consider the use of WSDOT standard superstructure drawings for precast prestressed girders with a cast-in-place deck and should utilize as many repetitive details as possible to optimize design costs. The foundations are assumed to require driven piles or drilled shafts, possibly varying between the abutments and piers. Gold Creek Wildlife Crossing Site will require a single-span structure with a preliminary length of 125 feet. The design should consider the use of WSDOT standard superstructure drawings for precast prestressed girders as an entirely precast prestressed structure or a structure with a cast-in-place deck. The design should utilize as many repetitive details as possible to optimize design costs. The foundations are assumed to require driven piles or drilled shafts. The need for and extent of subsurface investigation work will be determined after review and scoping of all existing subsurface information obtained through WSDOT and other activities in the vicinity of these crossings. WSDOT structures have architectural requirements for structures on Interstate 90; these requirements are not required on the Forest Service project, unless they can be incorporated at minimal cost to the project. Project funding for construction is limited and will be capped at $5 million for the construction of both structures. Recommendations for design criteria can be proposed as part of the preliminary design packages, but the emphasis of the designs is on the most cost-effective and least cost structures for this site that can meet the minimum project criteria. Familiarity with other bridge design work and bridge drafting standards for the Pacific Northwest Regional Office of the Forest Service is beneficial. Experience developing contract packages that utilize "Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects (FP-03) is also preferred, but not required. ENGINEERING REPORT - General information regarding the I-90 Snoqualmie Pass East Project can found at http://www.wsdot.wa.gov/projects/i90/SnoqualmiePassEast. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS (1) Specialized experience: offerors will be evaluated on past bridge design experience of similar projects completed over the past five (5) years. Past experience and expertise shall be rated on how closely previous bridge types and designs match the desired types and designs as described above. 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) e. Brief project description (2) Past performance on contracts with government agencies and private industry. Evaluation will be based upon the firm's past experience with other government agencies and the private sector in performing bridge and bridge system designs. The Offeror is requested to show examples of otherwise address the following: a. Cost control or design to construction budget b. Quality of design c. Timeliness of performance d. Conformed to the terms and conditions of your contract e. Coordination and cooperativeness during performance, committed to customer satisfaction Specific project references with telephone numbers must be provided. (3) Professional qualifications: evaluation will be based upon the number of qualified personnel and their knowledge and level of specialized education and experience, and applicable education, training, and certifications together with their availability to perform work on this contract. 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) Location in the geographical area of the project: evaluation will be based upon the knowledge and experience in designing for and working in high elevation, remote, recreational, alpine/forest conditions. Examples are requested or project area knowledge and benefits to the design process. (5) Capacity to accomplish the work in the required time: evaluation will be based upon the number of personnel available, the quantity of existing work under contract, and the schedule proposed for completion of the existing work. Contractor should supply a performance schedule showing available resources. The project schedule should include a time frame for submission of 60%, 90%, and final design. SF 330s will be evaluated to determine the most highly qualified firm based on the 5 criteria factors listed above. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Selection will be in accordance with the Brooks Act and FAR Part 36 to determine the most highly qualified firm. SUBMITTAL REQUIREMENTS: The SF 330 is limited to 50 pages, 8.5x11 pages including cover page and all attachments. Minimum font size is 10. Submit one of the following: a) One (1) original and two (2) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key sub-consultants) addressing above selection criteria information; or b) one compact disk copy or e-mail transmission, in Adobe Acrobat format, of the complete SF330 being submitted by the firm. The SF330 may be obtained at the following website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6 ADDITIONAL SUBMITTAL INFORMATION: All information must be included in the SF 330 package. The firms are required to be registered with the Central Contractor Registration available at https://www.bpn.gov/ccr/, and the Online Representations and Certifications Application (ORCA) available at https://orca.bpn.gov/. A print out of each registration is requested with the submittal package. A formal selection process (as described in FAR Part 36) will be used as this contract as the design cost is expected to exceed the Simplified Acquisition Threshold. Those firms that meet the requirements in this announcement and wish to be considered must submit their packages to: USDA Forest Service, Kris Bellini, 765 South Main, Colville, WA 99114 no later than 4:00 p.m. local time, PST, on July 30, 2010. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile and e-mail submittals will be accepted. Fax number is 509-684-7283 (call 509-684-7113 to verify receipt). E-mail transmissions: kbellini@fs.fed.us. For question regarding this design and the requirements, contact Kathryn L. Van Hecke, Acting Regional Structures Engineer, telephone: (503) 808-2829 or E-mail: kvanhecke@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/Awards/AG-05G1-C-10-0029.html)
 
Record
SN02297580-W 20100929/100927234304-1807533e9dfa924c7ca9b0c510775d1b (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.