COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22, 2001 PSA #2793
SOLICITATIONS
C -- IDIQ CONTRACT FOR ARCHITECT/ENGINEERING SERVICES, HYDROLOGY & HYDRAULIC SERVICES 2001
- Notice Date
- February 20, 2001
- Contracting Office
- Federal Highway Administration, 610 East Fifth Street, Vancouver, WA 98661-3801
- ZIP Code
- 98661-3801
- Solicitation Number
- DTFH70-01-R-00001
- Response Due
- March 28, 2001
- Point of Contact
- Dale Lewis, A&E Contract Coordinator (360)696-7728 or Toni Palmer A/E Program Assistant (360)696-7726
- E-Mail Address
- click here to contact the contract coordinator (ae-info@wfl.fha.dot.gov)
- Description
- ARCHITECT/ENGINEERING SERVICES, HYDROLOGY & HYDRAULIC SERVICES 2001. NAICS Code: 541330 Size Standard: $4.0 million By issuance of this modification, we announce that THIS SOLICITATION WILL BE SOLICITED ON AN UNRESTRICTED BASIS AS FULL AND OPEN COMPETITION. ONE CONTRACT IS ANTICIPATED UNDER THIS SOLICITATION. Sources are sought for one Indefinite Delivery, Indefinite Quantity contract to provide Hydraulic Engineering services related to the design of roads and highway structures. A majority of the work will occur in the Pacific Northwest States of Alaska, Idaho, Montana, Oregon, Washington, and Wyoming. Services may be ordered at other locations in States outside the Pacific Northwest. Project sites will generally be in National Parks and in or near National Forests on either public lands or on public route corridors with abutting private land. Projects typically range from 3 to 17 kilometers in length. Hydraulic engineering services include but not limited to: conducting office and field reviews of culverts, bridges, flood plains and general highway drainage (i.e., ditches, minor drainage structures); providing reports with observations, recommendations, photographs, and field notes; performing hydraulic analysis of culverts, bridges, and flood plains; providing written inputs and outputs, and general analytical constraints and assumptions; providing design recommendations for culverts, bridges, and flood plains(i.e., fish passage features, stream protection and enhancement features, structure types -- bridges, culverts, arches, etc. -- structural foundation requirements for scour, and flood prevention measures for adjoining highway properties); providing written summary reports for all design recommendations; providing water quality monitoring plans with monitoring parameters, methods, and locations; coordinating with Federal, State, and local agencies on hydraulic engineering issues; and closely coordinating with road designers, geotechnical and bridge engineers, and other technical specialists to incorporate hydraulic design features into highway plans, specifications, and estimates. The Contractor may be required to provide subcontractors to perform necessary support services such as stream site surveys and related data gathering (i.e., stream bed sediment samples) for specific contracts. Subcontractors and support contractors need not be identified during the A/E selection process. Contractors shall be capable of performing in all states. The following criteria in descending order of importance shall be used in the evaluation of prospective firms and their sub-consultants: (1) Specialized recent experience and technical competence. A) Hydraulic engineering in rural mountainous terrain and valley floors typical of the Pacific Northwest States and Alaska as demonstrated by relevant examples of previous work similar in nature and magnitude. B) Experience in field reconnaissance reviews; estimations of peak flows; design of fish passage culverts, culverts larger than 48", minor roadside channels, and storm drains; analysis of flood plains and bridge waterways; design of stream bank and bridge scour protection; and development of water quality monitoring plans. This work typically requires the use of computer models or systems such as HY8, HEC-RAS, WSPRO, BRI-STARS, micro station, and HEC-FFA. (2) Professional qualifications necessary for satisfactory performance. A) Professional experience in hydraulic engineering and engineering hydrology as related to highway design and construction in rural mountainous terrain and valley floors typical of the Pacific Northwest States and Alaska. B) Educational background and States in which professional registration is valid. (3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. A) Conformance to program requirements and scope of services; B) Preparation of complete, clear, and comprehensive reports, assessments, and designs requiring minimum review changes; C) Adherence to budgets; D) Delivery of submittals within schedules; (4) Capacity to accomplish the work in the required time and to accomplish concurrent task orders issued under this IDIQ (in terms of expertise and numbers appropriate for this work). A) Current staffing of the firm and its proposed subconsultants and their collective workload capability; B) Where subconsultants are proposed, identify the level of direct involvement in this project by the prime firm; C) The firm=s proposed method of contract administration, and project management; (5) A staff with Pacific Northwest (AK, ID, MT, OR, WA, WY) knowledge and experience. (6) Small Disadvantage Business (SDB) participation. SDB Participation at the Prime and Subcontractor level. (See Clause 52.219-24, Small Disadvantaged Business Participation Program -- Targets) Provide SDB targets, expressed as dollars and percentages of the total contract value: A) Provide a total target for SDB participation by the offeror; (B) Provide a total target for SDB participation by subcontractors; list all subcontractors. All SDB Concern targets will be incorporated into and become part of any resulting contract. After contract award, the Contractor shall notify the Contract Officer of any substitutions of firms that are not SDB concerns. This solicitation is open to both large and small businesses. The term of the contract will be for five (5) years. All work will be set forth in individual Task Orders. The contract will have a guaranteed minimum of $5,000. Total services shall not exceed $1,000,000 for the life of the contract. Hydraulic A/E firms meeting the requirements described in this announcement are invited to submit a completed SF 255 and SF 254(s). This office does not maintain a current file of SF 254's therefore a SF 254 should be submitted for the firm and for each outside consultant or associate listed. Firms responding should submit a single SF 255 and list its intended use of outside consultants or associates in Block 6. The list of up to 10 projects included in Block 8 of the SF 255 may be projects demonstrating the competence of the firm and any outside consultants or associates listed in Block 6. Section 10 of the SF 255 may not exceed 12 pages single-sided. Minimum acceptable text size in Section 10 is 12 pt. The business size status should be indicated in Block 3 of the SF-255. A concern is small if it's annual receipts average over the past 3 fiscal years do not exceed $4.0 million. No other type of submittal is desired and will not be considered in the evaluation. This is NOT a request for proposal. A solicitation package is not available. Submit four (4) copies of your response by 4:00 p.m. local time March 28, 2001
- Record
- Loren Data Corp. 20010222/CSOL001.HTM (W-051 SN50E0Q7)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|