Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2002 FBO #0067
SOURCES SOUGHT

C -- Indefinite Delivery Contract for Special Studies

Notice Date
2/5/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Philadelphia - Civil Works, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
DACW6102R0023
 
Response Due
3/8/2002
 
Archive Date
4/7/2002
 
Point of Contact
Michelle Bertoline, 215-656-6914
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia - Civil Works
(Michelle.J.Bertoline@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA POC: Mary Jane Jerrett, (215) 656-6607 DESC: 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award a one-year Indefinite Delivery Contract for Architect-Engineer Services for the Special Studies Program. There will be options for two additional peri ods. The fee for any single task order cannot exceed $500,000 with the cumulative amount of all task orders not to exceed $1,000,000 in the base period or either option period. The maximum period is 12 months. Options will be awarded at the discretion o f the Contracting Officer based on reaching the value limit first then reaching the time limit. The cumulative amount for the base and two option periods shall not exceed $1,500,000. Work under this contract will primarily be in the Delaware River Basin a nd Estuary, which includes portions of the states of New York, Pennsylvania, New Jersey, Maryland and Delaware. For a map of the District boundaries view the website at www.nap.usace.army.mil. Work outside this area or for other agencies may be required. The A/E will primarily provide assistance to the Project Development Branch of the Planning Division within the District. 2. PROJECT INFORMATION: Work under this contract is for water resources planning with emphasis on environmental initiatives related to environmental protection and restoration (including but not limited to fish & wildlife, beneficial use of dredged material, navigation, and recreation). The work will require planning, engineering, economics, and environmental investigations, tests, a nalysis, reports, evaluations, and concept, preliminary and detailed designs (including drawings, specifications, design analysis, and estimates), and related efforts. Incremental Analysis, Life Cycle Cost Analysis, Benefit to Cost Analysis, Risk and Sens itivity Analysis are elements of the work to be completed under this contract. The firm must be qualified in the work areas described and be familiar with Corps of Engineers? requirements and regulations for the preparation of planning reports. The firm contract will require primary specialized experience in habitat evaluation, biology, dredged material disposal, environmental testing and analysis, plan formulation, environmental engineering, civil engineering, GIS and information technology, photogrammet ry and report writing. Other secondary specialized experience in recreation design, highway and related structures, natural channel stream design, topographic surveys, web page creation, historical mapping data and project scheduling. Required discipline s include: project managers, civil engineers, hydraulic/hydrologic engineers, CADD operators (with AutoCAD experience), draftsmen, illustrators, environmental engineers, environmental scientists, GIS specialists (with ARC/INFO experience), digital and oth er related modelers, biologists, ecologists, estimators (with MCACES experience), specification writers (with SPECSINTACT experience), technicians, report writers, and word processors. The firms shall provide demonstrated sample collection, testing and an alysis capabilities related to environmental work. Other secondary disciplines include recreation designers, landscape architects, The firm must also be able to develop and/or use computer software to analyze and organize the various data collected; this work is classified as Information Technology (IT) Resources. The firms must be able to provide compatible digital products on magnetic disk, CD ROM or DVD. 3. SELECTION CRITERIA: Significant selection evaluation criteria in relative descending order of importance will include: (1) Specialized experience of the firm in the primary work required and familiarity with Corps procedures and all related regulations; (2) Specialized experience in secondary design; (3) Professional qualifications necessary to co mplete the work; (4) Capacity of the firm to accomplish multiple projects simultaneously within required time and withi n cost limitations; (5) Past performance with Department of Defense contracts; (6) Extent of participation of Small, Veteran-owned Small, Hubzone Small, Small Disadvantaged and Women-owned Small Businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (7) Location of the firm in the general geographic area of the district will be a secondary selection element provided a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work and billings for all other Department of Defense work for the 12 months preceding this announcement. As a requirement for negotiations, the selected contractor will submit for government approval a quality control plan that will be enforced through the life of the contract. The District reserves the right t o terminate negotiations with firms that do no respond to Government requests for proposals, information, documentation, etc. in accordance with established schedules. Interested firms having the capabilities to perform the work must submit one copy of th e completed SF 254 (revised 11/92) and SF 255 (revised 11/92) for the prime firm and SF 254 for each consultant, to the attention of Mary Jane Jerrett, Room 702 at the above address not later than the close of business on the 30th day after the date of thi s 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 ACASS number in Block 3b of SF 255. Call the ACASS Center at 503-808-3459 to obtain a number. As a requirem ent of award, the selected contractor must be registered in the Central Contractor Registration (CCR) (http://www.ccr.gov). This is not a request for proposals. No other notification to firms for this project will be made.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, Philadelphia - Civil Works 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN20020207/00022954-020205213347-W (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  © 1994-2020, Loren Data Corp.