COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7, 2001 PSA #2783
SOLICITATIONS
C -- REQUEST FOR QUALIFICATIONS FOR AN INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT (IDIQ) FOR HIGHWAY ARCHITECT-ENGINEER (A-E) SERVICES, FOR THE HOOVER DAM BYPASS PROJECT ON U.S. 93 NEAR LAS VEGAS, NEVADA
- Notice Date
- February 5, 2001
- Contracting Office
- Federal Highway Administration, Central Federal Lands Highway Division (HPA-16), 555 Zang St., Room 259, Lakewood, CO 80228
- ZIP Code
- 80228
- Solicitation Number
- DTFH68-01-RFQ-00002
- Response Due
- March 16, 2001
- Point of Contact
- F. Dave Zanetell, (303) 716-2157
- Description
- GENERAL: This contract solicitation is for comprehensive engineering and technical services necessary to perform ALL aspects of preliminary through final design of the Hoover Dam Bypass project. The Central Federal Lands Highway Division (CFLHD) is the lead agency in delivering the project in a partnership with the Arizona Department of Transportation, Nevada Department of Transportation, U. S. Bureau of Reclamation, and the National Park Service. CFLHD anticipates award of a single contract with individual task orders negotiated for specific project deliverables. The contract will consist of a single base year with the potential of up to six one-year options. The maximum contract value, including options will not exceed a seven year total of $22 million. The guaranteed contract minimum will be $50,000. Task order limitations, if any, will be defined during negotiations prior to award of a contract. The A-E services to be contracted for through this solicitation will be for any one of the three alternative routes proposed in the Final Environmental Impact Statement dated January 2001. This document, including a detailed description of each of the three alternatives, is available on the project web site at www.hooverdambypass.org. The build alternatives include: Promontory Point, Sugarloaf Mountain, and Gold Strike Canyon. A contract will be awarded only after formal selection of a build alternative in the Record of Decision (ROD) as required in the National Environmental Policy Act of 1969. The solicitation will be canceled without award if the no-build alternative is selected. All three build alternatives are located in Clark County, Nevada and Mohave County, Arizona and lie entirely on Federal Lands within the Lake Mead National Recreation Area and the Hoover Dam Reservation Area. STATEMENT OF POTENTIAL WORK: All elements of project development and coordination leading to the delivery to CFLHD of ready for advertisement plans, specifications, and estimates may be included. Work requirements for any of the Hoover Dam Bypass roadway and bridge alternatives may include, but are not limited to: surveying, mapping, right-of -way development, geotechnical investigations, environmental studies, seismic analysis, wind tunnel modeling, hydraulics, traffic analysis, pedestrian studies, preliminary engineering, utility coordination, conceptual design presentations, value engineering analysis, construction feasibility analysis, cost analysis, constructibility reviews, erection sequencing plans, scheduling, permit acquisition and preparation, and the preparation of final plans, specifications, and estimates for roadways, bridges and utilities. Specific requirements may include the Colorado River Bridge (long span), overpass structures, approach bridges, tunnels, retaining walls, interchanges, grading, drainage facilities, surfacing, wildlife crossings, and high capacity electrical transmission towers. All elements of development from concept through final design, incorporating alternate material and structure types, may be required. This may include preparation of numerous conceptual designs and scale models for public display to ensure development of a world-class facility. The firm/team selected in this procurement may also be required to lead in public information efforts, coordinate meetings, and present design features and alternatives to interested parties such as the public, State Historic Preservation Offices and Tribal Representatives. Under the leadership of CFLHD, extensive interagency coordination will be required. This includes the Arizona and Nevada State Transportation Departments, U.S. Bureau of Reclamation, National Park Service, and Western Area Power Administration. This may include but is not limited to development of corridor aesthetic and design standards for roadways, structures and the Colorado River Bridge crossing. The selected firm/team will become a key technical representative of the Government in its execution of the Programmatic Agreement and Treatment Plan Regarding Historic Properties (PA/TP) along the proposed Hoover Dam Bypass Project, and in ongoing Government-to-Government Consultation with tribal representatives, which are expected to continue throughout the duration of the project. The PA/TP and Memorandum of Understanding for continuing consultation are available for review at the website ftp://ftp.cflhd.gov/hoover. In addition, the selected firm/team may be required to perform additional environmental studies and analysis including potential preparation of supplemental environmental documents. The firm/team selected in this procurement may also be utilized as a technical resource during CFLHDs management of ongoing Hoover Dam Bypass construction projects. Post design services such as: review of erection sequencing plans, review of false work and shoring plans, review of contractor submitted design revisions, participation in the evaluation of value engineering proposals, and onsite review of critical construction activities may be required for all aspects of the project. Contract administration and inspection services to augment the CFLHD staff are NOT included in this solicitation. CFLHD may execute a separate solicitation for on sight construction contract administration and inspection services. The firm/team selected in this procurement will be precluded from competing for construction administration and inspection services on this project. At this time it is anticipated that four distinct construction projects will be developed for the Hoover Dam Bypass project. They include a project for the Arizona approach, the Nevada approach, Colorado River Bridge and a final surfacing project. The number of projects and sequencing may change based on funding and other influencing factors. Specific task orders will be negotiated as needed to facilitate development of a particular project or series of projects. It is anticipated that the awarded firm/team will be tasked with comprehensive coordination, leadership, public involvement, and technical design of all aspects of the selected project. At the discretion of the Government, some project development activities may be accomplished by CFLHD, by other State or Government agencies, or by other consulting firms as necessary to most efficiently deliver the project. Highway segments will be designed in accordance with current AASHTO policy, Federal Lands Highway procedures, and/or project specific requirements developed jointly by the successful firm/team, CFLHD, ADOT and NDOT. English units will be utilized for all elements of the project. Highway and earthwork design files shall be delivered in GEOPAK format unless otherwise noted in individual task orders. Plans and drawings shall be delivered in Microstation IGDS (.DGN) format. SUBMITTAL: Firms/teams must comply with Equal Employment Opportunity (EEO) requirements, in accordance with FAR 22.8. All firms/teams responding to this request will be evaluated on the following criteria listed in relative importance: Specialized experience, and technical competence of the firm/team with emphasis on similar projects requiring highway design, structures, long span bridge development and design, tunnels, and utilities. Specialized experience including interagency coordination and public involvement throughout the development of prestigious projects and structures of national significance. Technical, managerial, and project approach including general project delivery plan, project delivery philosophy, approach to quality control and quality assurance, philosophy for coordination with CFLHD as the lead agency and communication with ADOT, NDOT, BOR, and NPS. Approach to preparation and development of conceptual and alternative long span bridge designs, organization structure, subcontractor/consultant management, assurance of subcontractor quality, and philosophy for ensuring public participation in development of the project. Professional qualifications necessary for satisfactory performance of the required services. Includes overall management, and technical competence of the firm/team with emphasis on similar projects requiring highway design, long span bridges, tunnels, structures, utilities, and high capacity electrical transmission facilities. Professional qualifications to ensure interagency coordination and public involvement throughout the development of prestigious projects and structures of national significance. Past performance of the firm/team on similar projects in terms of quality, cost control, accuracy of estimates, and timely delivery of similar nationally significant projects. Capacity to accomplish comprehensive design of the facility with an accelerated delivery schedule. Capacity and capability to perform simultaneous preliminary and final design activities while ensuring proper coordination and quality submittals. Capacity to oversee and manage numerous specialized technical disciplines. Capacity and capability to coordinate agency and public involvement. Location and general knowledge of the geographical area of the project. Familiarity with, and ability to conveniently coordinate day to day activities with the CFLHD project management office in Lakewood, CO and the ability to easily facilitate periodic interagency activities as necessary in various locations in including: Las Vegas, NV (general project location); Phoenix, AZ (ADOT headquarters); and Carson City/Reno, NV (NDOT headquarters). Firms/teams desiring to be considered must submit 16 copies of completed SF 254 and SF 255's. In SF 255, block 10, state why your firm/team is specifically qualified based on the evaluation criteria. Also use SF 255, block 10, to provide additional information desired by your firm/team. Limit the size of SF 255, block 8, to a combined total of 15 pages and block 10, to 40 pages. All submittals must be on 8 1/2 by 11 inch paper. Only responses received in this office by 2:00 PM Mountain Standard Time, March 16, 2001 will be considered. It is anticipated that interviews including oral presentations will be conducted with a shortlist of the most highly qualified firms/teams. These presentations and interviews are scheduled for the week of April 23, 2001 in Lakewood, Colorado. No other general notification to firms/teams will be made and no further action is required. This is not a request for proposal. No solicitation package is available. Selection of firms/teams for award shall be in accordance with FAR 36.602-3 and 36.602-4. The selected firm/team must submit a subcontracting plan that includes their intended use of small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns.
- Record
- Loren Data Corp. 20010207/CSOL007.HTM (W-036 SN50C7M0)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|