Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 16,1998 PSA#2117

Department of Interior, U.S. Fish And Wildlife Service/CGS/DB, 911 NE 11th Avenue, Portland, OR 97232-4181

C -- MULTI-DISCIPLINARY ARCHITECT-ENGINEERING SERVICES FOR MAJOR WETLAND RESTORATION PROJECTS AT THE BOLSA CHICA WETLANDS SITE IN HUNTINGTON BEACH, CA SOL FWS1-98061(TS) DUE 071698 POC Tamra Swerdlik, Contracting Officer, (503) 231-6188 C -- Indefinite Delivery Contract for Multi Disciplinary Architect-Engineer Services for major wetland restoration and other improvements at the Bolsa Chica Wetlands site. The base contract period shall run from on or about January 1 through December 31, 1999, with options to extend for three additional one-year periods. Work will be ordered by issuance of a negotiated firm fixed price task order. The maximum ordering limitation will be $3,000,000.00 per year. The annual guaranteed minimum is $25,000.00. The Bolsa Chica lowlands are surrounded by the City of Huntington Beach, Orange County, California. The Service in cooperation with the various federal and state agencies plans to physically alter a portion of the lowlands to restore fish and wildlife habitat by restoring tidal influence and recontouring portions of the lowlands. The Agencies have the responsibility for completing the California Environmental Impact Report and the Federal Environmental Impact Statement. Federal, state and local permits for the project will be obtained by the Agencies. The scope of services to be provided by the contractor primarily will be (1) preparation of plans, specifications, bidding schedules and cost estimates, and (2) provision of construction management services during the course of the construction. Construction activities are likely to include excavation and construction of roads, jetties, water control structures, bio-engineered bank protection measures, barriers to groundwater encroachment, and service facilities. PRIMARY SERVICES REQUIRED: For the purpose of this contract, the services to be provided will be primarily design and construction management. DESIGN -- Services in this category include the preparation of documents for construction and/or rehabilitation of facilities integral to the Bolsa Chica wetland restoration project. This includes the preparation of plans, specifications, bidding schedules, and cost estimates as follows: Civil and hydraulic engineering design/documentation services including, but not limited to, on-site utility systems, water control systems, earthwork, bridges, bioengineering, wetland restoration, levees, bank protection, roads, buildings, and jetties; structural design/documentation services; mechanical design/documentation services; electrical design/documentation services; architectural design/documentation services; landscape design/documentation services; value engineering by an independent team at approximately 35% completion of design. CONSTRUCTION MANAGEMENT -- Services in this category include management from contract award to final acceptance of actions required to complete the proposed facility including the warranty period, as follows: Contract administration, including the approval and modifications to project schedules, verification of labor requirements, verification of safety and health requirements, maintenance of a filing system for all contract documents, providing project status briefings to Agencies' staffs, and coordination with other contractors that may be conducting project activities; reviewing, approving, annotating, referring or rejecting submittals; field inspection of construction work to ensure compliance with contract requirements; materials testing to ensure compliance with specifications; responding to design clarification requests; preparing bid or contract modifications; evaluating value engineering proposals; conducting site visits as required to evaluate progress; conducting final inspections and preparing final lists of deficiencies and omissions; preparing As-Built drawings to serve as recorded documentation for the project; preparing operations and maintenance manuals; providing technical support to the Contracting Officer if claims arise; providing other services as required. EVALUATION CRITERIA: Offers will be evaluated by a selection committee of U.S. Fish and Wildlife Service personnel based upon the following primary criteria in order of importance: 1) professional qualifications of individuals listed to perform under the contract, including individual licenses and experience in the work proposed; 2) specialized experience and technical competence in type of work required under this contract; 3) specific past performance records on previous architect/engineering work performed for federal, state, and local government agencies, and private industry documenting the quality of the firm's work and the firm's history of meeting performance schedules and budgets; 4) capacity to accomplish the work on time including specific type and amount of applicable field and office equipment available for work under this contract; and 5) location in the general geographical area of the project and knowledge of the locality of project. When responding to this announcement firms should fully address their capability, capacity and qualifications with regard to each of the foregoing evaluation factors. The three top ranked firms recommended for interview will be evaluated and recommended solely on their written responses to this announcement. SUBCONTRACTING PLAN REQUIREMENT -- In accordance with Public Law 97-507, the A-E firm will be required to provide the maximum practicable opportunities for small, small disadvantaged, and women-owned businesses. The selected firm, if a large business, must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 50% of the contractor's intended subcontract amount be placed with small business (SB), which includes small disadvantaged businesses (SDB), and 30% be placed with SDB. The subcontracting plan is not required with this submittal, however, contract award is contingent upon negotiation of an acceptable subcontracting plan. This procurement is being made under the Small Business Competitiveness Demonstration Program (FAR 19.10) and is therefore open to both small and large business concerns. Small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. SUBMISSION REQUIREMENTS: Firms wishing to be considered must submit completed Standard Forms (SF) 254 and 255 and other PERTINENT information. SF 254/255's must also be submitted for subconsultants. Clearly, specifically, and concisely address the evaluation criteria when completing the forms. Other marketing information such as booklets, pamphlets and brochures is neither requested or desired. Submittals must be received in the contracting office by no later than close of business July 16, 1998 or 30 days after issuance of this announcement whichever is later. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Mark the envelop in the lower left corner "FWS1-98061(TS)". This announcement is not a Request for Proposal. For further information regarding this proposed acquisition, telephone Tamra Swerdlik, Contracting Officer at (503) 231-6188. (0163)

Loren Data Corp. http://www.ld.com (SYN# 0024 19980616\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page