State Bid

Last Updated on 13 May 2022 at 7 AM
ITB
Delaware

STATEMENT OF QUALIFICATIONS -- DESIGN SERVICES FOR COMMODORE BARRY BRIDGE WELD INVESTIGATION

Solicitation ID Not Specified
Posted Date Not Specified
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Delaware River Port Authority
Location Delaware United states
Point Of Contact Not Available
I. INTRODUCTION The Delaware River Port Authority (“DRPA” or “Authority”) is a bi-state corporate instrumentality of the Commonwealth of Pennsylvania and the State of New Jersey created by Compact under the Compact Clause of the United States Constitution. DRPA owns and operates the Benjamin Franklin, Walt Whitman, Commodore Barry and Betsy Ross Bridges along with administrative and maintenance buildings, approach roads and adjacent real estate. DRPA also owns or leases the real estate and capital facilities that comprise the Port Authority Transit Corporation (“PATCO”) High Speed Line, an 18-mile-long intercity commuter electric transit service operating between Lindenwold, New Jersey and 16th and Locust Streets, Philadelphia, Pennsylvania. DRPA formed PATCO as a subsidiary corporation to operate the High-Speed Line service. Additional information about the DRPA and its operations may be obtained by reviewing annual reports available on the DRPA’s website at www.drpa.org. II. PURPOSE AND INTENT The Delaware River Port Authority (“Authority”) hereby invites interested professional consulting engineering firms to submit a Statement of Qualification(“SOQ”) for performing the Commodore Barry Bridge (CBB)Weld Investigation. This public advertisement constitutes the DRPA’s formal solicitation to determine the interest of qualified firms in the Project. The scope of services the Authority requires shall include inspection, testing, monitoring, analysis, and potential repair of welded connections on the through truss of the CBB. In accordance with the December 13, 2021, FHWA Memorandum “Non-Destructive Testing of Fracture Critical Members Fabricated from AASHTO M244 Grade 100 (ASTM A514/A517) Steel” the soundness of all butt welds in the tension members via a hands-on inspection and supplemented by non-destructive testing (NDT) must be verified. NDT must be performed by qualified personnel (minimum ASNT Level II Certification) under the observation of a Professional Engineer. The investigation includes the 364 FCM members of the through truss welded construction and is needed to determine the full extent of weld quality and to provide the information necessary to develop proper repair and maintenance procedures. The scope also includes analysis to determine the possibility of crack initiation/propagation, fatigue and fracture analysis, health monitoring and development of long-term and short-term mitigation strategies. The Consultant will be responsible for providing access via equipment, work platforms, or other means, and contractor services for required inspection, surface preparation of testing locations, and potential performance of mitigation strategies, such as coring, grinding, plating. The preliminary design report shall include the results of the NDT evaluation identifying all rejectable indications (This information is required to be reported to FHWA by March 31, 2024), fatigue evaluation, instrumentation, recommendations, statistical analysis of the tested welds and an estimation of the capacity of the connection, and the factor of safety based on this inspection and prior inspections. III. REQUESTED INFORMATION The SOQ shall describe, in ten (10) pages, or less the following: A. Firm Profile and Experience 1.) Indicate the date your firm was established. 2.) Provide general background information about the firm and a summary of its qualifications and experience, with a special focus on the qualifications of key personnel and any subconsultants. 3.) Provide the proposed project management team and staffing and submit resumes of key personnel (resumes of key personnel will not count toward the ten (10) page submission limit). 4.) Briefly describe similar assignments successfully completed in the last ten (10) years by the firm and the key personnel. 5.) Briefly describe the participation of women and minorities in your firm. Please note the number of women and minority senior staff and other professional staff and indicate the percentage of your firm that is owned by women and by minorities. 6.) Provide the firm’s current workload. 7.) Location of the office to which this Project would be assigned. B. Information regarding any prior work on behalf of the Authority by the firm or any individual who is listed in the SOQ. C. Additional Submission Requirement: U.S. Government Forms SF330 (the SF330 Forms will not count toward the ten (10) page submission limit). IV. ARIBA REQUIREMENT AND ACCESS TO SOQ DOCUMENTS All contract specific documents relevant to the SOQ can be found on the Authority’s SAP Ariba Network site. To participate in this SOQ and receive an invitation to the solicitation event, please send a request, via e-mail, to the following Contracting Officer: Siata Freeman Sheriff - [email protected]. If a response is not sent to you within one (1) business day, please resend the request. To access the SOQ, you must be registered on the Ariba Network and have completed the Authority's supplier registration questionnaire. If you have not already done so, you can register on the Ariba Network at any time. Registration is free, quick and easy. Please go to the DRPA Procurement website: http://www.drpa.org/procurement for registration instructions and additional information. For questions about the Ariba registration process or registration technical issues, please send an e-mail to [email protected]. Other than the detailed SOQ advertisement there is no other documents available for review at this stage. During the course of this work/Technical proposal phase, the Consultant will be provided with certain information relating to the Authority’s activities and facilities which the DRPA regards as proprietary and/or confidential. Consequently, the Consultant and staff utilized by the Consultant as part of this work will be required to possess Transportation Workers’ Identification Credential (“TWIC”) cards and sign the Delaware River Port Authority Confidentiality and Non-Disclosure Agreement prior to receiving the Request for Proposal. Consultants are encouraged to apply for a TWIC card as soon as possible if they intend to submit a Statement of Qualification for this project. There is an approximate six-week timeframe within which to receive a TWIC card after application. A copy of the DRPA Confidentiality and Non-Disclosure Agreement will be provided to the short-listed firms for execution along with a copy of the Delaware River Port Authority Handbook for Protecting Security Information in advance of receiving the Request for Proposal. The Authority will consider only those SOQs received from parties who have obtained the SOQ and contract documents directly from the Authority. Contract documents are not transferable to other parties for proposal purposes. SOQs received from firms whose names are not recorded by the Authority as having secured documents for this Project will be rejected. V. EQUAL OPPORTUNITY The DRPA is firmly committed to providing full and equal business opportunities to all persons regardless of race, creed, color, religion, sex, sexual orientation, marital status, civil union and domestic partnership status, gender identity or expression, pregnancy, breast feeding, military services, veteran status, national origin, ancestry, age, non-job related disability, genetic information or testing results, income level, limited English proficiency (“LEP”) or other protected group characteristic. In that regard, the Authority will affirmatively assure that minority and female-owned business enterprises are afforded equal opportunities to submit SOQs and/or proposals for consideration for all purchases and contracts issued in connection with this Project. Prospective proposers should understand that the participation of certified MBEs and WBEs is a matter of great interest to the Authority. VI. SOQ SUBMISSION AND DUE DATE Responses to this ITB must be submitted electronically via the Ariba Network, no later than 2:00 p.m. EST on Thursday, June 9, 2022 (“SOQ Due Date”). LATE, FAXED, E-MAILED, AND/OR HARDCOPIES WILL NOT BE ACCEPTED. The SOQ Due Date and Ariba submission requirements are mandatory and non-waivable. Firms should ensure that they can access and upload files in Ariba prior to the submission deadline. It is the firm’s responsibility to ensure delivery of its qualification to the proper place at the proper time. Absent an emergency or unanticipated event that interrupts normal Authority processes so that qualification cannot be received via Ariba by the exact time specified in the SOQ, the Authority will not extend the submission deadline for an interested firm due to technical difficulties. VII. CONFERENCE AND SITE VISIT Conference and site visit will be WAIVED for this SOQ. Consultant can use other “Search Engines” including Google Earth. VIII. SINGLE POINT OF CONTACT The DRPA has established a Single Point of Contact for this SOQ. From the issue date of this advertisement and until full execution of the Contract Agreement, the Single Point of Contact shall be the Contracting Officer whose name and contact information appears below. Please refer all inquiries related to the Project, including Ariba technical issues to the Contracting Officer. Any violation of this condition (excluding any Ariba supplier registration questions and issues, which should be addressed by e-mailing [email protected]) may be cause for the DRPA to reject the offending qualification or rescind the Contract Award. Firms agree not to distribute any part of their SOQs beyond the Authority’s Contract Administration Department. A Firm that shares information contained in its SOQ with other DRPA personnel and/or with a competing Firm may be disqualified and its SOQ may be rejected. The Single Point of Contact for this Project is: Siata Freeman Sheriff, Contract Administration/Contracting Officer [email protected] / 856-968-2086 IX. QUESTIONS Any and all questions or requests for clarification relating to this procurement including, but not limited to, questions concerning SOQ submission requirements, technical requirements, scope of work, and specifications, should be addressed to the Single Point of Contact via email at [email protected] no later than 5:00 p.m. EST on Wednesday, June 1, 2022. NOTE: NO questions will be accepted after this date. Responses to questions will be provided, via e-mail, by the Single Point of Contact to those firms who have registered and requested participation in the SOQ. Only information supplied by the Single Point of Contact, including responses to questions regarding the SOQ, should be used in preparing SOQs. X. EVALUATION OF SOQs All SOQs will be reviewed to determine responsiveness. The Authority may reject non-responsive SOQs without evaluation but may waive minor non-compliance. All SOQs will be reviewed by an Evaluation Committee who will make recommendations regarding which respondents the Committee believes to be qualified. The evaluation team will evaluate and rank each SOQ considering the following factors: the order of factors should not be considered determinative of importance: A. Understanding and Approach B. Qualifications and Experience C. Overall Completeness and Quality of SOQ D. MBE/WBE Participation E. Maintenance of a local office The Authority will establish a short list of consultants to receive an RFP and to engage a consultant for this Project. The final determination will be based on the Authority’s evaluation, in its sole judgment, of which SOQs best meet the needs of the Authority. This SOQ does not commit the Authority to awarding a Contract. Respondents shall bear all costs incurred in the preparation of the SOQs and participating in the SOQ process. The Authority reserves the right to reject any and all SOQs, the right in its sole discretion to accept the SOQs it considers most favorable to the Authority’s interests, and the right to waive minor irregularities. The Authority further reserves the right to reject all SOQs and seek new SOQs when such procedure is reasonable and in the best interests of the Authority. In addition, the Authority may at any time revoke this SOQ in its sole discretion and without assuming any liability in connection with its issuance and/or revocation. DELAWARE RIVER PORT AUTHORITY By: Amy L. Ash Manager, Contract Administration Phone: 856-968-2084
Bid Protests Not Available