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