Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY TYPE CONTRACT FOR DESIGN SERVICES FOR VICKSBURG DISTRICT-ENGINEERING DIVISION

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Vicksburg-Civil Works, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
DACW38-02-A-0002
 
Response Due
9/30/2002
 
Point of Contact
Glen Smith, 601-631-5350
 
E-Mail Address
Email your questions to US Army Engineer District, Vicksburg-Civil Works
(Glen.E.Smith@mvk02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 1. CONTRACT INFORMATION: Due by 30 September 02. INDEFINITE DELIVERY TYPE CONTRACTS FOR MISCELLANEOUS DESIGN SUPPORT SERVICES WITHIN ENGINEERING DIVISION (CONTRACT NOS. 1, 2,3 AND 4) POC Mr. Henry Dulaney, (601) 631-7724. Up to four indefinite delivery contracts will be negotiated and awarded, each with a base period and two option periods. Task orders issued over the life of the contract shall not exceed $3.0 million. The option periods may be exercised one year after aw ard of the base or option period. Work will be issued by negotiated firm-fixed price task orders. Tasks will be divided based on specialized experience, past performance, project schedules and/or current A-E workload. Contract award is anticipated in MA R 03. This announcement is set aside for small businesses. Effective 14 June 1999 the small business size standard for A-E services (NAICS Code 541330) is 4.0 million. Subcontracting intentions are outlined in Block 6 of SF 255. 2. PROJECT INFORMATION: T he work consists of professional services for miscellaneous design of items which are part of major civil design projects being accomplished primarily within the Vicksburg District, but may be within the Mississippi Valley Division of the US Army Corps of Engineers. Work may be comprised of civil, structural, geotechnical, electrical, mechanical, surveying and mapping, CADD . Work may include, but is not limited to studies, preparation of sketches, conceptual drawings, related drafting, cost estimates, spe cifications, contract drawings, and design analyses. Studies, designs, and drawings shall be in English and/or metric units as directed. 3. PRESELECTION CRITERIA: Pre-Selection criteria will be based on the following considerations, which are of equal im portance. The firm (either in-house or through association with a qualified consultant) must: (a) demonstrate design experience in civil, structural, geotechnical, mechanical and electrical engineering and surveying and mapping, and CADD; (b) demonstrat e capability and experience in design of channels, levees, weirs, channel stabilization, grade control structure projects, drainage structures (pipes and culvert) flood control structure projects (small gated dams and pump stations and multipurpose buildin gs; (c) employ qualified registered professional personnel in the following key disciplines: civil, structural, geotechnical, mechanical and electrical engineering, surveying and mapping; (d) demonstrate experience in use of CADD systems. Drawings and plates shall be prepared as required to present project details and/or study results. All drawings shall be furnished in a Microstation design file compatible format. 4. SELECTION CRITERIA: See Note 24 of the CBD for the general selection process. The se lection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary; criteria F through H are secondary and will only be used as a ?tie-breaker?, if necessary, in ranking the most highly qualified firms. (A) Specialized experience and technical competence of the firm and consultants in the work described above in preselection item b. List no more than 10 projects that best illustrate current qualifications and rele vant projects. (B) Professional qualifications: The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. T he selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Past Performance: Consideration will be given to ratings on previous DoD contracts. Consideration will also be given to verifiable past performance. (D) Capacity to perform multiple projects simultaneously and complete work in a timely manner. (E) Knowledge of the locality. (F) Exten t of participation of SB (All categories) historically black colleges (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, H BCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration, (G) DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. (H) Geographic prox imity to Vicksburg, Mississippi. In the final selection process, the most highly qualified firms will be interviewed. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 255 (11/92 edition) along with a copy of the prime?s SF 254 as wel l as each consultant?s SF 254 (11/92 edition) to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services (CELMK-ED-CE) 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Include ACASS number in SF 255 block 3b. For ACASS information call 503-808-45 90. Note the following restrictions on submittal of SF 255 ? Block 7 ?Resumes of key persons, specialists and individual consultants anticipated for this contract will be limited to a maximum of 20 pages. Block 10 ? Additional information will be limite d to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluations. *** VISITS FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED ***. This is not a Request for Proposal. A fee proposal will be requested at a later date. See Notes 24 and 25.**** NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database, for information see http://www.mvk.usace.army.mil/contract.
 
Place of Performance
Address: US Army Engineer District, Vicksburg-Civil Works ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00150256-W 20020828/020826213642 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.