Delaware Bids > Bid Detail

REQUEST FOR PROPOSAL -- CONSTRUCTION MONITORING SERVICES FOR CONTRACT NO. WW-34-2023 WALT WHITMAN BRIDGE SUSPENDED SPAN LINK REPLACEMENT ? PHASE II

Agency: Delaware River Port Authority
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD15499451392984268
Posted Date: Nov 3, 2023
Due Date: Dec 5, 2023
Source: https://www.drpa.org/procureme...
Upcoming Purchases & Bid Solicitations Upcoming Purchases and Bid Solicitations REQUEST FOR PROPOSAL -- CONSTRUCTION MONITORING SERVICES FOR CONTRACT NO. WW-34-2023 WALT WHITMAN BRIDGE SUSPENDED SPAN LINK REPLACEMENT – PHASE II

I. INTRODUCTION

The Delaware River Port Authority (“Authority” or “DRPA”) is a bi-state corporate instrumentality of the State of New Jersey and the Commonwealth of Pennsylvania. The DRPA owns and operates four major toll bridge crossings of the Delaware River; the Benjamin Franklin Bridge, the Walt Whitman Bridge, the Commodore Barry Bridge, and the Betsy Ross Bridge. Each bridge facility includes office buildings, maintenance shops, garages, and other buildings and structures. In addition, the DRPA owns real property in the vicinity of the bridges. The Authority’s transit subsidiary, PATCO, operates a rapid transit line providing public transport service between Philadelphia and Southern New Jersey.

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, “About DRPA, Annual Reports.”

II. PURPOSE AND INTENT

The Authority hereby invites interested professional consulting engineering firms (“Consultant” or “Consultants”) to submit a Statement of Qualifications (“SOQ”) for Construction Monitoring and Inspection Services for the WALT WHITMAN BRIDGE SUSPENDED SPAN LINK REPLACEMENT – PHASE II Project, Contract No. WW-34-2023 (the “Project”). This public advertisement constitutes the Authority’s formal solicitation to determine the interest of qualified firms in the aforementioned Project.

III. SCOPE OF SERVICES

The Consultant to be engaged shall be expected to perform all the work necessary to provide for the proper Construction Monitoring and Inspection Services for the Walt Whitman Bridge Suspended Span Link Replacement – Phase II, Contract No. WW-34-2023.

The Consultant will provide all on-site and off-site project inspection and observation required to certify that all materials and workmanship for this Project are completed in conformance with the Construction Contract’s requirements and industry standards. The Consultant must be capable of responding to the needs of the DRPA with personnel possessing expertise in the work specified. This expertise must exist within the firm or within the proposed Project team and must be readily available to the DRPA as needed.

The scope of the construction work to be completed under Contract No. WW-34-2023 includes replacement of four (4) tower pin and link assemblies, rehabilitation of four (4) tower wind restraint assemblies, and replacement of various gusset plates and steel members on the Walt Whitman Bridge.

The Authority intends to establish a short list of Consultants to receive a Request for Proposal (“RFP”) and to engage a Consultant for this Project.

IV. TERM OF ENGAGEMENT

It is expected that the term of engagement for the Project will be approximately 2 years, which shall commence as of the date of execution of an Agreement following the RFP process.

V. 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 five (5) years by the firm and the key personnel.

6.) Provide the firms 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).

VI. SOQ SUBMISSION AND DUE DATE

One (1) electronic copy of the written SOQ and U.S. Government Forms SF330 must be submitted, in PDF format, electronically via the Ariba Network no later than 2:00 p.m. EST by Tuesday, December 5, 2023.

LATE, FAXED, E-MAILED, AND/OR HARDCOPIES WILL NOT BE ACCEPTED. The Ariba submission requirement is mandatory and non-waivable.

In order 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: Gregory R. Noonan - grnoonan@drpa.org. If a response is not received within two (2) business days, please resend the request and copy to vendors@drpa.org on your e-mail.

In order to access the SOQ event, 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 vendors@drpa.org.

Firms should ensure that they can access and upload files in Ariba prior to the submission deadline. It is the respondent’s responsibility to ensure submission of its SOQ to the proper place at the proper time. Absent an emergency or unanticipated event that interrupts normal Authority processes so that SOQs 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 its technical difficulties.

VII. SINGLE POINT OF CONTACT

The DRPA has established a Single Point of Contact for this SOQ. From the issue date of this advertisement, the Single Point of Contact shall be the Contracting Officer whose name and contact information appears below. Please refer all inquiries related to the to the Contracting Officer.

Any violation of this condition (excluding any Ariba supplier registration questions, which should be addressed by e-mailing vendors@drpa.org) may be cause for the Authority to reject the offending firm. Respondents agree not to distribute any part of their SOQ beyond the Authority’s Contract Administration Department. A Respondent that shares information contained in its SOQ with other Authority personnel may be disqualified and its SOQ may be rejected.
The Single Point of Contact for this Project is:

Gregory R. Noonan, Contract Administration
grnoonan@drpa.org
856-968-2087

VIII. 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.

IX. EQUAL OPPORTUNITY

The Delaware River Port Authority is firmly committed to providing full and equal business opportunities to all persons regardless of race, color, religion, gender, national origin, age or non-job related disability. In that regard, the Delaware River Port Authority will affirmatively assure that minority and female-owned business enterprises are afforded equal opportunities to submit 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 in the evaluation of all proposals. To that end, the DRPA has established MBE and WBE goals for this project. Proposers are not expected to name their MBE and WBE team members at the time they submit the Statement of Qualifications; however, should include a statement if they will be committed to using MBE and WBE firms. MBE and WBE team members must be named, and commitment levels must be noted at the time the proposal is submitted.

DELAWARE RIVER PORT AUTHORITY

By: Amy L. Ash
Manager, Contract Administration
Phone: 856-968-2084

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >