COMMERCE BUSINESS DAILY ISSUE OF APRIL 30, 2001 PSA #2840
SOLICITATIONS
Z -- DESIGN-BUILD CONSTRUCTION OF COFFMAN COVE ROAD (FH 44) PROJECT, TONGASS NATIONAL FOREST
- Notice Date
- April 26, 2001
- Contracting Office
- USDA Forest Service, Contracting, P.O. Box 21628, Juneau, AK 99802-1628
- ZIP Code
- 99802-1628
- Solicitation Number
- R10-01-17
- Response Due
- May 30, 2001
- Point of Contact
- Walt Ullmayer, Contracting Officer 907-586-7903
- E-Mail Address
- Click here to reach Contracting Officer via e-mail (wullmayer@fs.fed.us)
- Description
- Project Description: The project is located on Prince of Wales Island in southeast Alaska at the City of Coffman Cove. The project consists of the design and reconstruction of 4.8 km (3.0 mi) of single-lane logging road to a two-lane aggregate road meeting public road standards. The completed roadway is to have signs for warnings, service and tourist information, and recreational access points. Other work will include removal or treatment of abandoned portions of the existing road depending upon mitigation, adjacent owner access, or other needs. Fish passage will require accommodation at identified streams. The roadway construction limits will be within an existing easement through City, State, and National Forest lands. Final Environmental Assessment for the project was completed in December 2000 with the Finding of No Significant Impacts (FONSI) and is expected to be scheduled by May 2001. The estimated design and construction cost is expected to be in the range of $3.0 to $5.0 million. The scope of work for this project will include, but is not limited to, the following: geotechnical work; hydrology/hydraulics and erosion control; roadway design and construction; obtaining any necessary permits; project management and Quality Assurance/Quality Control (QA/QC) for design and construction, and materials, sampling, and testing; securing independent inspection services; providing project updates and coordinating with the public and participating agencies, providing necessary support facilities and equipment to the Government. Background and Evaluation Criteria: In accordance with Public Law 104-106 (41 USC, 235m), The United States Forest Service (USFS), is conducting a "two-phased" design/build selection. Under this Notice, the USFS is soliciting design/build firms/teams to participate in Phase I Qualifications Based Selection -- of the "two-phased" selection approach. All design/build firms/teams responding to Phase I will be evaluated using the following criteria and weightings: 1. Experience (30%) -- The Government will review and evaluate each offeror's past and current design and construction work experience, including technical and geographical similarities of offeror's past work experience. Direct experience of the offeror, any joint venture partners, any related form of ownership agreement, and/or experience of any subcontractors the offeror proposes to utilize in the execution of the described project. This includes experience performing technically the same or similar design and construction work for federal, state or county public highways and especially experience of design and construction in southeastern Alaska or similar terrain and conditions. Offerors are also encouraged to identify key personnel involved in the project, identifying their related experiences. 2. Past Performance (25%) -- The Government will review and evaluate each offeror's past performance in the design and construction of roadway projects, based on the offeror's record and reputation for satisfying its customers. Evaluation factors will include the quality of the offeror's previous work and completion of projects on-schedule and within budget. Past performance will include the offeror's reputation for integrity, reasonable and cooperative conduct, and commitment to customer satisfaction. Offerors are encouraged to submit evidence for past and present performance with customers and subcontractors to include evidence of past performance with federal, state, and local government agencies, and/or consumer protection organizations. Include names, titles, and phone numbers for all references submitted. 3. Management and Project Deliver Plan (25%) -- The Government will review and evaluate each offeror's management and project delivery plan to assess the soundness and reasonableness of the offeror's planned approach to executing and delivering the project. Evaluation of the offeror's understanding of the propose project to include staffing, organizational, and delivery approach to completing a quality project on schedule and within budget. Offerors are encouraged to identify the organizational structure of the project team to include lead personnel and how each partner and/or subcontractor will fit into the overall team makeup. 4. Capability of Performing the Work (10%) -- The Government will review and evaluate each offeror's capability and capacity to perform the design and construction of the roadway and drainage structures, including financial and bonding capacity. The offerors are encouraged to submit financial records and evidence to support their capability of performing the required project. 5. Local Labor Workforce (10%) -- The logging and road construction industry has been heavily impacted by the termination of Ketchikan Pulp Company operations on Prince of Wales Island. Unemployment rates have increased dramatically over the last year. Many of these displaced workers have operated heavy equipment for years in the locale of this project. This evaluation will measure the offeror's commitment to local employment from Coffman Cove and other Prince of Wales communities. A maximum of four (4) of the most highly qualified design/build firms/teams will be down selected to participate in Phase II of the design/build selection process. During Phase II, those firms/teams down selected will be sent a Request for Proposal (RFP). The RFP will contain the Phase II schedules and design specifications for submission of a firm fixed price technical and cost proposal. Down selected teams will be required to submit their technical and cost proposals within (30) calendar days after issuance of the RFP. A site visit/pre-proposal meeting will be held within ten (10) calendar days after RFP issuance to provide additional information. Submitted Phase II proposals will be evaluated on a "Best Value" basis to determine the best technically qualified offer to include price. Award of a firm fixed priced contract is anticipated by September 31, 2001. Offeror should limit their submittals to the information required by this notice and other relevant qualifications information and experience. No reimbursement will be made for any expenses associated with the preparation of Phase I. Phase I Submittals: Interested teams should use Standard Form (SF) 254 and 255, US Government Architect-Engineer Qualifications as the basis for their submittals. SF 254 and 255 are available from the Government Printing Office's website at: http://hydra.gsa.gov/forms/zero.htm. Scroll down to SF 254 and/or 255. Right click on SF 254 or 255. When menu comes up, click on TARGET AS or PRINT TARGET. Adobe Acrobat Reader program is required to read pdf files and can be obtained free at http://www.adobe.com. Although SF 254 and 255 are formatted for Architect-Engineer and Related Services, the construction elements of the firms/teams' submittal may also be included on SF 254 and 255. Alternate forms and formats may be submitted provided that the applicable information from SF 254 and 255 is included. Limit the size of the submittal package to thirty (30) pages. Send eight (8) copies of the completed submittals to the following address: Mr. Walt Ullmayer, USDA Forest Service Regional Office, P.O. Box 21628, 907 W. 9th Street, Room 501D, Juneau, AK 99802-1628, Phone: (907) 586-7903. Technical questions concerning this project should be directed to Jim Rhodes at 907-228-6320. All Phase I submittals must be received no later than C.O.B. (4:30 p.m) local time on May 30, 2001 in order to be considered for further evaluation.
- Web Link
- No RFP is available to download for Phase I (http://www.fs.fed.us/r10/solicitations/)
- Record
- Loren Data Corp. 20010430/ZSOL010.HTM (W-116 SN50K4N1)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on April 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|