Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
MODIFICATION

Y -- Title: Wapato and Gaston Bridge project

Notice Date
3/6/2019
 
Notice Type
Modification
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE<br />EASTSIDE FEDERAL COMPLEX<br />911 NE 11TH AVENUE<br />PORTLAND<br />OR<br />97232-4181<br />
 
ZIP Code
97232
 
Solicitation Number
140F0119R0002
 
Response Due
3/7/2019
 
Archive Date
3/22/2019
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price for the construction of new bridges within the Wapato Lake National Wildlife Refuge. The base bid item (Pump House Bridge Replacement) is located in Washington County. The optional bid item (Gaston Pedestrian Bridge Replacement) is located in Yamhill County. Project is a small business set-aside. Applicable NAICS code is 237310. Small business size is defined as $36.5 million or less annually when averaged over a three year period. The period of performance for the project is estimated to be around twenty-two (22) months with an end date of October 1, 2020. Project magnitude is between $1,000,000.00 and $5,000,000.00. Site Visits: Already concluded. Date for submission of Questions: Already passed. The following is an overview of the required tasks. Pump House Bridge Replacement Scope Narrative Project Summary New Pump House Bridge The proposed project involves the construction of a new bridge located east of Gaston in rural unincorporated Washington County, Oregon. The proposed project will be located within the Wapato Lake National Wildlife Refuge, which is owned and managed by the U.S. Fish and Wildlife Service and will include the removal of the existing wooden pump house bridge and the construction of the new Pump House Bridge (steel girder bridge) approximately 145 feet to the west of the existing bridge, to provide access to the existing Pump House. The new bridge will consist of a 20'-10' wide, 91' long steel bridge with curb-mounted guardrails on either side supported by pile supported concrete abutments and a Lock-n-Load Mechanically Stabilized Embankment (MSE) retaining wall system. The project will also include construction of a gravel access road connecting the new bridge north to SW Gaston Road and a gravel levee access road connecting the new bridge easterly toward the existing pump house. Access roads will include riprap slope protection and the installation of an access control gate north of the new bridge. Construction work needed to facilitate the project includes excavation, fill placement, and grading in both upland areas and wetland/waterway areas located on the project site. Existing Pump House Bridge Description The existing bridge is located directly off of SW Gaston Road, directly adjacent to the existing Washington County roadway bridge. The existing bridge was constructed in approximately 1950 and consists of three simply supported spans of round treated timber stringers with treated timber deck. The bridge is supported by a concrete abutment at the north end and timber stringers on the south end. Demolition of Existing Wooden Bridge The existing bridge in its entirety shall be demolished and removed from the site and disposed of at an approve disposal site. The disposal site shall be approved by USFWS. The bridge is supported by creosote wooden piles, these piles shall be removed by means of vibratory extraction. The holes remaining from the extraction shall be filled with clean sand to match the existing creek bed. The supporting abutments on each end of the bridge shall be removed and disposed of offsite. Gaston Road shall receive a clean straight sawcut at the existing access road location, and shall be in line with the existing edge of asphalt of Gaston Road, and a new guardrail place on the back edge of the cut asphalt lining up with the existing guardrail. The existing pipe gate located on the levee shall be demolished and removed. The power pole on Gaston Road and on the Levee shall be protected at all time. Signage shall be place to indicate low overhead power lines. The disturbed slope along Gaston Road shall be graded and restored to match the adjacent slopes and native grasses. Proposed Pump House Bridge Access Road off of Gaston Road The new bridge will consist of a 20'-10' wide, 91' long steel bridge with curb-mounted guardrails on either side supported by pile supported concrete abutments and a Lock-N-Load MSE retaining wall system. The project will also include construction of a gravel access road connecting the new bridge north to SW Gaston Road and a gravel levee access road connecting the new bridge easterly toward the existing pump house. Access roads will include riprap slope protection and the installation of an access control gate north of the new bridge. Construction work needed to facilitate the project includes excavation, fill placement, and grading in both upland areas and wetland/waterway areas located on the project site. The bridge is placed vertically to maintain a minimum of 1 foot between the bottom of the bridge and the flood elevation. The access road can potentially experience up to approximately 12 inches of settlement during the first 2 to 3 months of being placed, due to the consolidation of existing soft soils in the wetland area. According to the geotechnical investigation it is possible for the existing soil to consolidate 1 inch for every foot of fill placed. It is intended to place this fill and MSE retaining wall system, construct the bridge allowing the construction activities to assist with the consolidation process. Once the bridge is constructed and the majority of the fill is placed, it is expected that the contractor place the final section of the gravel access road to the finished grades as shown in the drawings. The top of the Lock-N-Load wall may also require adjustment due to the expected settlement by adding an addition row of wall panels. - The maximum slope associated with the access road fill is 2 horizontal to 1 vertical. - Riprap shall be keyed in at the toe of the slope and extend to the top slope. - Riprap shall be keyed in at the bottom of all retaining walls. - Fill material shall be imported structural fill material. - Site signage Proposed Pump House Bridge Levee Access Road to Pump House The existing levee at the bridge location is to be built up approximately 4 feet, with a turnout placed toward the lake. The levee improvements extend west sloping at less than 5% to transition into the existing top of levee surface. The access road extends east to the existing Pump House. - The maximum slope associated with the levee access road access road fill is 3 horizontal to 1 vertical. - Fill material shall be imported structural fill material. Proposed Pump House Bridge The new bridge consists of a 20'-10' wide, 91' long steel bridge with concrete deck surface and curb-mounted guardrails on either side. The bridge consists of: - 5 rows of steel beams with lateral bracing placed approximately at quarter points. - 8" thick concrete deck topped with 3 ¿ minimum topping slab to control drainage. - 7" high curbs with guardrail. Splices are provided, as is not expected the bridge can be delivered to the site at full or half length, due to several confined turns on various delivery routes. Bid Options Bid Alternate #1 Prime and paint the bridge tan in color. The color to be approved by the USFWS Cor prior to painting any steel. Bid Alternate #2 Install three 4" PVC conduits from the Pump House Bridge to the Pump House with trace wire. Install three pull boxes, one at each end and one mid-section. Conduits shall be sealed at each end and contain pull rope. Install Old Castle precast concrete vault model 233-LA or approved equal. The location of the conduits shall be determined in the field with the approved of by the USFWS COR. Bid Alternate #3 In lieu of installing the Lock-N-Load MSE retaining wall system, install sheet piling. Contractor to provide design calculations, details and shop drawings for approval prior to installation. Gaston Pedestrian Bridge Replacement Scope Narrative Project Summary New Gaston Pedestrian Bridge The proposed project involves the construction of a new bridge located east of Gaston in rural unincorporated Yamhill County, Oregon. The proposed project will be located within the Wapato Lake National Wildlife Refuge, which is owned and managed by the U.S. Fish and Wildlife Service and will include the removal of the existing wooden bridge and the construction of the new Gaston Pedestrian Bridge located approximately 1,500 feet south of Main Street, along the east side of Highway 47 in Gaston, Oregon. The new bridge will consist of an 8 ¿ wide, 85 ¿ long pre-engineered aluminum truss bridge supported by pile supported concrete abutments and a Lock-n-Load Mechanically Stabilized Embankment (MSE) retaining wall system. The project will also include construction of a gravel access road connecting the new bridge northerly toward the Gaston Feed Store and a gravel levee access road connecting the new bridge easterly toward the existing lake. Access roads will include riprap slope protection and the installation of a bollard to control vehicular access on the new bridge. Construction work needed to facilitate the project includes excavation, fill placement, and grading in both upland areas and wetland/waterway areas located on the project site. Existing Gaston Access Bridge Description The existing wooden bridge is located approximately 1,500 feet south of Main Street, along the east side of Highway 47 in Gaston, Oregon. The existing bridge was constructed in approximately 1950 and consists of three simply supported spans of round treated timber stringers with treated timber deck. The bridge is supported by a concrete abutments on both ends. Demolition of Existing Wooden Bridge The existing bridge in its entirety shall be demolished and removed from the site and disposed of at an approve disposal site. The disposal site shall be approved by USFWS. The bridge is supported by creosote wooden piles, these piles shall be removed by means of vibratory extraction. The holes remaining from the extraction shall be filled with clean sand to match the existing creek bed. The supporting abutments on each end of the bridge shall be removed and disposed of offsite. The existing pipe gate located on the levee shall be demolished and removed. It is suspected there is buried concrete rubble on the west end of the existing bridge, if concrete rubble is encountered it shall be removed as part of this project. Proposed Gaston Pedestrian Bridge The new bridge will consist of an 8' wide, 85' long pre-engineered aluminum truss bridge supported by pile supported concrete abutments and a Lock-N-Load MSE retaining wall system. The project will also include construction of a gravel access road connecting the new bridge westerly to the existing dirt road and a gravel levee access road connecting to the existing levee. Access roads will include riprap slope protection and the installation of an access control gate north of the new bridge. Construction work needed to facilitate the project includes excavation, fill placement, and grading in both upland areas and wetland/waterway areas located on the project site. The bridge is placed vertically to maintain a minimum of 1 foot between the bottom of the bridge and the flood elevation. Proposed Gaston Pedestrian Bridge Access Road The new gravel access shall be built up to slope up to the new bridge at a maximum slope of 10%. The access road section is a MSE system that sandwiches the access road, with the geotextile extending across the entire access road section. - The maximum slope associated with the access road fill is 2 horizontal to 1 vertical. - Riprap shall be keyed in at the toe of the slope and extend to the top slope. - Riprap shall be keyed in at the bottom of all retaining walls. - Fill material shall be imported structural fill material. The existing levee at the bridge location is to be built up approximately 3 feet, with gravel access improvements extending north and south sloping at less than 5% to transition into the existing top of levee surface. - The maximum slope associated with the levee access road access road fill is 3 horizontal to 1 vertical. - Fill material shall be imported structural fill material. Proposed Gaston Pedestrian Bridge The new bridge consists of an 8' wide, 85' long pre-engineered aluminum truss bridge supported by pile supported concrete abutments and a Lock-N-Load MSE retaining wall system The bridge consists of: - Pre-Engineered Aluminum Truss structure with splices located at third points along the length. - The bridge shall include pedestrian guardrails and handrails on both sides. The clear access width shall be a minimum of 6'-8". Anything wider shall be approved by USFWS. - 2" thick bridge decking shall be fiber reinforced plastic panels capable of supporting 90 psf. Splices are provided, as is not expected the bridge can be delivered to the site at full or half length, due to several confined turns on various delivery routes. Bid Options Bid Alternate #1 Construction new gravel access road from STA 21+40 to STA 22+60. This work is to include striping the top soil a minimum of 6 inches or to firm native soil. Scarify and re-compact the top 12 inches of the native soil per specification. Place 8" thick compacted gravel access per detail 2 on sheet C8.0. Bid Alternate #2 Construction new gravel access road from STA 21+40 to the Gaston Feed Store parking lot. This work is to include striping the top soil a minimum of 6 inches or to firm native soil. Scarify and re-compact the top 12 inches of the native soil per specification. Place 8" thick compacted gravel access per detail 2 on sheet C8.0. Bid Alternate #3 In lieu of installing the Lock-N-Load MSE retaining wall system, install sheet piling. Contractor to provide design calculations, details and shop drawings for approval prior to installation. Basis for award will be "Lowest-Priced, Technically-Acceptable (LPTA)" Source Selection Process. LPTA shall be utilized in accordance with (IAW) FAR Part 15.101-2. The lowest priced proposal will be based upon the combined total cost for all bid items. Award will be made on the basis of the lowest evaluated price of an offer meeting or exceeding the acceptability standards for non-cost factors. There will be two (2) non-cost evaluation factors: Recent Relevant Experience and Recent Relevant Past Performance. To receive consideration for award, a rating of no less than `Acceptable' must be achieved for Recent Relevant Experience and Recent Relevant Past Performance. The Government will first conduct a price analysis to determine fairness, reasonableness and if unbalanced pricing exists. Offerors proposals will then be ranked from the lowest to the highest-priced. The Government will then evaluate the technical proposal of the apparent, lowest-priced offeror. If the apparent, lowest-priced offeror's technical proposal is "Unacceptable" the Government will then evaluate the technical proposal of the apparent, second lowest-priced offeror. This process will continue until a lowest-priced offeror's technical proposal is "Acceptable." Once the Government identifies the lowest-priced, technically-acceptable offeror, an award will be made and no other proposals will be evaluated from offerors who proposed higher pricing. In determining whether a proposal as technically acceptable, the offeror must submit the following information with their proposal submission for evaluation: FACTOR 1 - RECENT RELEVANT EXPERIENCE Offerors shall be evaluated to determine whether they have performed similar contracts, in terms of scope and price, to the work required within the solicitation. Offerors shall provide the minimum requested project information on at least one (1) recent, relevant project for a steel girder bridge (ten page limit) and at least three one (1) recent relevant projects for (an aluminum truss) driven pile supported bridge (ten page limit). For a project to be considered, the offeror shall have been the Prime Contractor on it. A project is considered `recent' if it has been completed within the past eight (8) years or is currently ongoing (but at least 25% complete). A project is considered `relevant' if it is similar in terms of scope and price to the work required within the solicitation. To be considered similar in scope, one project shall demonstrate work experience in steel girder bridge construction and one project shall demonstrate work experience in (aluminum truss) driven pile supported bridge construction and each of those projects shall have a contract value of at least $750,000.00 or more. Please note that FACTOR 1 (Recent Relevant Experience) differs from FACTOR 2 (Recent Relevant Past Performance). FACTOR 1 determines whether or not an offeror has performed similar work whereas FACTOR 2 evaluates how well the offeror performed. FACTOR 2 - RECENT RELEVANT PAST PERFORMANCE Offeror's past performance shall be reviewed to determine relevancy and confidence assessment. Offerors shall provide at least one (1) recent, relevant project for a steel girder bridge (ten page limit) and at least three one (1) recent relevant projects for (an aluminum truss) driven pile supported bridge (ten page limit). Projects shall include current points of contact and phone numbers. The contractor is solely responsible for the accuracy of this information as the Government will not pursue incorrect contact data. For a project to be considered, the offeror shall have been the prime contractor on it. In addition to scope, each project shall have a current or final contract value greater than $750,000.00 and have been completed within the past five past eight (8) years or be currently ongoing (but at least 25% complete). Projects do not have to have been with a Federal Agency to be considered. Offerors may submit the same projects as those proposed for FACTOR 1 (Recent Relevant Experience). In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), including Contract Performance Assessment Reporting System (CPARS), using all CAGE / Unique Entity Identifiers (i.e. DUNS) of team members (i.e. partnerships, joint ventures, teaming arrangements or parent companies / subsidiaries / affiliates) identified in the offeror ¿s proposals, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontracting Reporting System (eSRS) and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the offeror. FACTOR 3 - PRICE Price - the total value of all tasks combined will be assessed to determine the overall Price Fair and Reasonable. If any of the tasks appear to be unbalanced, a review of the breakdown of each task will be conducted. Offeror's prices for each item within the bid schedule shall represent the best price in response to the solicitation. Prices will be evaluated using price analysis IAW FAR 15.404-1(a)(2) and 15.404-1(b). Prices shall be evaluated to determine fairness, reasonableness and if unbalanced pricing exists. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly over or understated. If price analysis techniques indicate that a proposal is unbalanced, the contracting officer shall consider the risks to the Government associated with the unbalanced pricing. An offer may be rejected if the contracting officer determines that the lack of balance poses an unacceptable risk to the Government (no page limit). Solicitation Number 140F0119R0002 with attachments is being posted on or about December 3, 2018 with proposals due by 2 PM PT on March 7, 2019. Proposals submitted by mail channels must be received by no later that date/time specified with a 20 percent bid bond or proposals can be emailed to karl_lautzenheiser@fws.gov along with a copy of the bid bond and the original bid bond must also mailed no later than the date/time for receipt of proposals. No further notice will be posted on FedBizOpps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical or contract questions, please contact Karl Lautzenheiser by email to Karl_Lautzenheiser@fws.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/140F0119R0002/listing.html)
 
Record
SN05242183-F 20190308/190306230058 (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.