Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2002 FBO #0045
SOURCES SOUGHT

C -- TWO INDEFINITE DELIVERY TYPE CONTRACTS FOR CIVIL, GEOTECHNICAL, AND HYDRAULIC ENGINEERING FOR THE ST. PAUL DISTRICT CORPS OF ENGINEERS

Notice Date
1/14/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Engineer District, St. Paul - Civil Works, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W81G6713460193
 
Response Due
2/13/2002
 
Archive Date
3/15/2002
 
Point of Contact
Dawn Linder, 651-290-5407
 
E-Mail Address
Email your questions to US Engineer District, St. Paul - Civil Works
(dawn.m.linder@mvp02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA TWO INDEFINITE DELIVERY TYPE CONTRACTS FOR CIVIL, GEOTECHNICAL, AND HYDRAULIC ENGINEERING FOR THE ST. PAUL DISTRICT CORPS OF ENGINEERS SOL W81G6713460193 and W81G6713460194. Contact: U.S. ARMY CORPS OF ENGINEERS, Contracting Division, 190 Fifth Street Ea st, St. Paul, MN 55101-1638 POC Dawn Linder 651/290-5407. Contracting Officer Charles Horwitz 651/290-5414. 1. CONTRACT INFORMATION: Services of a qualified Architect Engineer (A-E) are required for two Indefinite Delivery Type Contracts for the primary disciplines of Structural, Civil, Geotechnical, Hydraulic, Mechanical and Electrical engineering (each of eq ual priority); additional disciplines are Architecture, Landscape Architecture Cost Engineering and Specification Writing. The contracts are anticipated to be awarded by May 2002. The contracts will have a base period not to exceed one year and two optio n periods not to exceed one year each. The amount of work in each contract period and on individual task orders will not exceed $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted. Work will be issued either by negotiated firm-fixed-price or cost-reimbursable task orders. The District currently has and may award, in the future, IDT contracts to perform work that may also be encompassed by this announcement; the Contract ing Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: Performance, capacity to accomplish the order in the required time, specialized experience, and the equitable distribution of work. This announcement is open to all businesses regardless of size. The North American Industry Classification System (NAICS) code is 541330. Small Business size standard is: $4 million. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to subcontract. Minimum subcontracting goals for this contract are as follows: 61.4% of the contractor?s total subcontracted dollars placed with small businesses (SB), 9.1% placed with small disadvantaged businesses (SDB), 5% placed with woman-owned small businesses (WOSB), 3% placed with service-disabled veteran-owned small businesses, and a percentage goal to be determined by the contractor placed with HUB-zone businesses. The plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contr act Act. 2. PROJECT INFORMATION: The services are required for various civil works projects, military funded projects, and support for other agencies. The services are primarily within the St. Paul District boundaries (all or portions of MN, ND, SD, WI , and IA). However, individual task orders may be for work within the Mississippi Valley Division or neighboring mid-western states. Services will consist of, but not be limited to (1) Preparation of preliminary and final designs; The SF 255 submitted by the contractor shall clearly delineate the type of CADD equipment hardware and software intended for use on this contract, the years of operating experience by the appropriate personnel using the CADD system, and the conversion/translation methods to be u sed. The contractor shall provide references to other projects that they have completed using the stated CADD system. (2) preparation of drawings using computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in Bentley?s M icrostation software, release 5.x or higher, and Windows 95, Windows NT, or Windows 2000 electronic format. Drawings must be in compliance with A/E/C CADD Standards. Drawings must be delivered in CALS format for Electronic Bid Solicitation (EBS) set. Th e government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The target platform is a personal computer, with a Windows 95, Windows NT, or Windows 2000 operating system; (3) prep aration of quantity take-offs and MCACES cost estimates; (3a) preparation of EBS, which includes drawings in CALS format and specifications in PDF format. (3b) An FGDC compliant metadata file will be submitted as a deliverable. (4) construction engineer ing services including shop drawing review, contract modifications, engineering advice during construction, field inspection and operation and maintenance manuals; (5) alternative assessments, NEPA documentation, formulation and evaluation; (6) inspection, evaluation, and reports on completed projects. The type of projects are those performed in the St. Paul District. Currently this may involve dams, local flood protection projects, and recreation projects. Design work may include geotechnical design, hy draulic design, interior flood control, foundation design, steel and concrete design, utilities, structural, mechanical, electrical, and architectural design for buildings, pumping systems, hoists, gate de-icing systems, electrical power distribution, elec trical controls, and communication systems. Use of the metric system of measurement may be required for some deliverables under the proposed contract, however, metric system experience is not a selection criteria. 3. SELECTION CRITERIA: See Numbered No te 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each subcriterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as ?t ie-breakers? among technically equal firms. A) Specialized experience and technical competence: (1) those areas mentioned in PROJECT INFORMATION; (2) Quality Management. The evaluation will consider the management structure, experience of the prime firm and significant contractors working together, and quality control plans. B) Professional capabilities including qualified registered professional personnel in the following disciplines: structural, geotechnical , civil, hydraulic, mechanical, elect rical, cost and specification engineers, architects, and landscape architects. Evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. C) Past performance on DOD and other contracts with r espect to quality of work, cost control and compliance with performance schedules. D) Capacity to accomplish the work in the required time. E) Knowledge of the locality including cold climate engineering, design and construction. F) Extent of partici pation of SB, SDB, WOSB, Historically Black Colleges and Universities, and Minority Institutions in the proposed contract team, measured as a percentage of the estimated subcontracting effort. G) Location of the firm in the general geographical area of t he St. Paul District, including the office location of each person named to work on this contract. H) Volume of DOD contract awards in the last 12 months as described in Numbered Note 24. Volume of work for the St. Paul District will also be considered under this factor. The last three factors will only be applied as tie-breakers, if needed, among the technically most qualified firms. 4. SUBMISSION REQUIREMENTS: See Numbered Note 24 for general submission requirements. Interested firms having the c apabilities to perform this work must submit three copies of SF 255 (11/92 edition), and three copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm?s ACASS number and business size in SF 255, Block 3b. For ACASS information call 503-808-4612. In SF 255, Block 10 include: 1) The total dollar amount of the Department of Defense contracts and total dollar amount of the contracting awarded the fi rm in the 12 months prior to this notice; 2) A description of the firms overall design quality management plan, including management approach, coordination of disciplines and subcontractors, and quality control procedures; and 3) An organization chart sh owing all named team members and their responsibilities for this contract. The Standard Form 255 will clearly denote the office location for each person identified in Section 7 of the Form. Solicitation packages are not provided for A-E contracts. This is not a request for proposal (RFP).
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Engineer District, St. Paul - Civil Works Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN20020116/00014455-020115090630 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.