Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SPECIAL NOTICE

C -- Cap Haitien Port Civil Works - Attachment J.7 Preliminary Design Annex 3 - Attachment J.5 Preliminary Design - SOl-521-16-000018 Cap Haitien Civil Works - Attachment J.2 Climate Change Report - Attachment J.4 Vessel Traffic Projection - Attachment J.6 Preliminary Design Annex 2 - Attachment J.3 Pile Foundation Analysis - Attachment J.8 Preliminary Design Annex 5 - Attachment J.1 Master Plan

Notice Date
4/21/2016
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Agency for International Development, Overseas Missions, Haiti USAID-Port Au Prince, Dept. of State, Washington, District of Columbia, 20521-3400
 
ZIP Code
20521-3400
 
Solicitation Number
SOl-521-16-000018
 
Point of Contact
Deborah Simms-Brown, Phone: +50922298012, Jean Eudson Emmanuel DESROSIERS, Phone: 50922298000
 
E-Mail Address
dsimmsbrown@usaid.gov, jedesrosiers@usaid.gov
(dsimmsbrown@usaid.gov, jedesrosiers@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment J.1 Master Plan Attachment J.8 Preliminary Design Annex 5 Attachment J.3 Pile Foundation Analysis Attachment J.6 Preliminary Design Annex 2 Attachment J.4 Vessel Traffic Projection Attachment J.2 Climate Change Report SOl-521-16-000018 Cap Haitien Civil Works Attachment J.5 Preliminary Design Attachment J.7 Preliminary Design Annex 3 This is a Draft Solicitation for Design Build services for the Rehabilitation of the Cap Haitien Port (CHP) as supplemented with additional information included in this notice. Solicitation number 521-16-000018 is being issued as a Draft Request for Proposal (RFP). This Draft does not constitute a formal solicitation of offers. Proposals will not be evaluated based upon this announcement. It is anticipated that a Final Solicitation will be released in June 2016. The associated North American Industrial Classification System (NAICS) code for this procurement is 236220. This procurement action is unrestricted and full and open competition. 1.Description of Services U.S. Agency for International Development ( USAID/HAITI) plans to obtain design and construction services for the rehabilitation of the Cap Haitien Port located in Cap Haitien, Haiti. The Preliminary Designs attached to this notice represent the initial design requirements for CHP. The following outlines the basic Civil Works design requirements in the Preliminary Design document and represent the physical work to be completed under this draft solicitation. The main dimensions of the design container vessel, which will be used as a basis for dimensioning of the navigational areas, are given below. Parameter Unit Overall lengthm200 Beamm28 Scantling draftm10.9 Carrying capacitydwt25,000 TEU1,700 Displacementt34,100 a.Cruise Quay, Mooring Dolphin and Access Bridge Although a design vessel with a length of 200m should be considered, the standard 1,700 TEU container vessel that will reach the port is approximately only 180m. Therefore the quay shall be designed to be able to accommodate a 180m long vessel under any weather conditions. For mooring a 200m vessel, a 185m long quay would also be sufficient as head ropes can be attached as spring ropes and stern ropes to the mooring dolphin located 25m from the end of the quay. The quay shall be wide enough to provide parking and working space for the mobile harbor crane and at the same time allow for safe and clear passage of truck traffic along the quay. The width of the quay at the north and south end sections is considered with 30m to allow trucks to turn on the quay and 25m at the interior. A new 10m wide access bridge is also required to connect the Cruise Quay to the terminal. b.Commercial Quay The proposed dimensions of the new Commercial Quay are approximately 175m x 18m. Due to required safety clearance (depth limitation) to the existing RoRo quay, 190m of new quay structure have to be built. c.Dredging Works and hydrologic Survey In order to allow ships with a greater draft to enter the port area, it is necessary to adapt the approach channel alignment and dredge parts of the channel. In addition, a turning circle must be arranged to allow ships to turn before or after berthing the Container Quay. To accommodate the design vessel, parts of the navigational areas will be dredged to a level of -12.0 m to -12.5 hydro. The dredging volume of those areas was calculated to 255,000 m³. Both the National Geospatial-Intelligence Agency (NGA) Chart 26147 and the hydrographic survey indicate that dredging is only required in the harbor basin, the turning circle and the last meters of the approach channel, as natural depths are sufficient in all other parts. In the northern stretch of the channel however the depths are only slightly below the required depth of -12.5 m hydro. It is therefore imperative to perform a comprehensive hydrographic survey along the approach channel and the port area before the start of construction in order to validate the calculations above d.Quay Wall Furniture The new quays shall be equipped with fenders, bollards and safety ladders. e.Navigation Aids Aids to Navigation are used to safely guide ships heading through the approach channel and to mark local dangers, points of interests and limits of navigational areas. Recommendations and guidelines for the arrangement of Aids to Navigation are published by the International Association of Marine Aids to Navigation and Lighthouse Authorities (IALA). These guidelines shall be used for the design of navigational aids for Cap Haïtien. Currently, a set of different marks exist in Cap Haïtien. The existing main approach channel is marked with beacons on starboard and port side however marks listed on US NGA Chart 26147 are known to be missing or out of position. The choice of the type, quantity and features of the marks depends on a set of factors, like local bathymetry and dangers, meteorological conditions, traffic volumes and also available budget. With these considerations in mind, it was chosen to consider only the minimum required standards for safe navigation due to the financial constraints in this project. The addition of more aids is possible with relatively little effort even at later project stages if this is deemed necessary and sufficient funding is available. 2. Project Solicitation This procurement will utilize Part 36.3 Two Phase Design-Build Selection Procedures. This procurement comprises a two-phrased process (a) Request for Qualifications (RFQ) under FAR Part 36.3 and (b) Request for Proposals under FAR Part 15. In Phase 1 of the design-build selection procedures, interested bidders will submit qualifications statements for review and consideration by the Government. The Government will evaluate these qualifications in accordance with the criteria described in Phase I and the Government will select up to five (5) of the most highly qualified bidders to participate in Phase 2. In Phase 2 of this process, only those bidders who receive a written notification from the USAID/HAITI Contracting Officer that their firm has been selected to participate in Phase 2 of this solicitation are invited to submit a Phase 2 - Request for Proposals. Those Offerors selected for Phase 2 will be provided the Request for Proposal. The government contemplates an award of a Firm Fixed Price contract in accordance with FAR Part 15. resulting from this solicitation. The anticipated period of performance is four (4) years. The total estimated cost of the construction for this project is estimated to be more than $10,000,000. Phase I - Request for Qualifications USAID will evaluate the pre-qualification submissions based on the evaluation criteria set forth below. a.Technical Capability: The bidders (including all members of a joint venture) must possess specialized experience for the type of services specified in the Technical Specifications. The bidders must have at least 20 years of experience in design and construction of port projects, preferably in developing countries and at least 15 years of experience leading design-build projects. b.Experience and Institutional Capabilities: The bidders will be required to provide evidence that the contractor's team has work together on similar projects in the past. c.Past Performance: The bidders must have experience on design build projects similar to this project in magnitude and scope within the last ten (10) years. SUBMISSION REQUIRMENTS: The Offeror's Designer shall demonstrate its capability to perform design work as required under this solicitation using the Standard Form 330 (SF330). The Offeror is required to complete ALL sections of Part I and Part II of the SF330. The Government will evaluate the completed SF330. In additional to the SF330, the offeror will be required to submit a technical approach and management approach based on the Technical Specifications specified in this solicitation. The Government may conduct an information session for interested Offerors prior to the receipt of pre-qualification submissions. A separate announcement will be issued on the Federal Business Opportunities webpage (www.FBO.gov) to specify the location, date, and time. Phase II - Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified in accordance with this notice will be issued a formal Request for Proposal (RFP) for the project and invited to participate in a site visit and submit technical and price proposals in Phase II. Phase II proposals will provide pricing for design and construction. The contract will be "firm fixed-price." Construction services will include providing construction labor and materials to execute the design; on-site organization with management to ensure overall project coordination; and overall control throughout the life of the project. Required services include preparation of construction documents, quality control plans, safety plans, project schedules and project close-out activities. The Phase I pre-qualified Offerors will be required to participate in a site visit to the project site, anticipated to be after the issuance of the Phase II RFP. The selected D/B Contractor's Architect/Engineer will be the "Designer of Record" and responsible for completing the construction drawings and specifications in accordance with the solicitation documentation provided. The contract will be "firm fixed-price." Construction services will include providing construction labor and materials to execute the accepted design; on-site organization with management to ensure overall project coordination; and overall control throughout the life of the project. Required services include preparation of construction documents, quality control plans, safety plans, project schedules, cost estimates, and project close-out activities. The types of design services to be provided may include: architecture; civil, structural, geo-technical, seismic, blast, mechanical, electrical, telecommunication, and fire protection engineering; sustainable design, energy conservation, energy modeling, photo-voltaic systems, pollution prevention, and use of recovered materials; space planning, interior design, systems furniture design and integration, and signage; physical and technical security; potable water treatment and waste water treatment; food service design; vertical transportation; lighting design; landscape design; design and construction scheduling; cost estimating; value engineering; and administrative coordination of the various disciplines involved. The RFP will require the D/B contractor to complete all design and engineering documents based on the project specific design direction that will be provided in the RFP design requirements. The Government will provide preliminary design documents as provided with this notice. Offerors are required to provide any comments or questions to this Draft Solicitation no later than May 16, 2016 at 3:00 p.m. Haiti time to the Contracting Officer, Deborah Simms-Brown at dsimmsbrown@usaid.gov. The subject line must include the "RFP Number 521-16-000018, PORT CIVIL WORK RFP".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OM/HAI/SOl-521-16-000018/listing.html)
 
Place of Performance
Address: Cap Haitien, Haiti
 
Record
SN04091025-W 20160423/160421234339-1da5dded59e9ee67ce8b65ce84169689 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.