Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2002 FBO #0311
SOURCES SOUGHT

C -- MULTI-DISCIPLINARY Contract for Master Planning, GIS, Design, and Other Engineering Support

Notice Date
10/7/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-03-R-0004
 
Archive Date
1/11/2003
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA POC: Robert Callahan at 912-652-5246 (Technical Questions) or Nina Jodell at 912-652-5465 (Contracting Questions). E-MAIL: nina.g.jodell@sas02.usace.army.mil **** 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of preparation of master plans, installation design guides, project pl anning, engineering studies, creation or operation of GIS's, environmental assessments, aerial and ground surveys, or other related engineering work on projects under the jurisdiction of the Savannah District. The contract will be an indefinite delivery i ndefinite quantity contract. The contract will be for one basic ordering period with a limit of $1,000,000 and will have two option periods each with a $1,000,000 limit. Work will be issued by negotiated firm-fixed-price task orders. The contract is anti cipated to be awarded in January of 2003. **** 2. This announcement is open to all firms regardless of size. 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 it intends to subcontract. The subcontracting goals for the Savannah District which will be considered in the negotiation of this contract are: (1) 71.1% of a contractor's intended subcontract amount be placed with small businesses; (2) 1 0.2% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) 10.6% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) 0.0% of a contractor's intended subcontract amount be placed with veteran owned SB (VOSB), see note 1; (5) 3% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB (SD/VOSB), see note 2; (6) 3% of a contractor's intended subcontract amount be placed with HUBZone SB. T he plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 **** Notes: (1) While Savannah District does not have a specific target for subcontracting with Veteran-Owned small businesses, this must be addressed in any subcontracting. (2) Service-disabled Veteran-owned Small Business (SD/VOSB) is a composite of Veteran-Owned Small Business. The SD/VOSB target must be included in the Veteran-Owned small business target. **** 3. PROJECT INFORM ATION: Individual task orders to be issued under this contract may include preparation of all or parts of installation master plans or base comprehensive plans and various visual or graphic methods of displaying them; general plans or summary development plans; installation design guides or architectural compatibility standards; project planning, evaluations and analyses, and programming documents; privatization studies; various types of installation wide or project specific engineering studies or surveys employing numerous data collection techniques; planning, creation, development, or operation of GIS?s or other engineer automated systems; project planning, site investigation, and design; environmental planning or assessments; aerial and ground surveying and various photogrammetric and mapped products derived from these; development of presentations or briefings, on-site training or technical support, or arranging for conferences in any of the areas listed above; or other related engineering work on proje cts under the jurisdiction of or assigned by customers, other Corps of Engineer offices, or other agencies to the Savannah District. The preponderance of the w ork under the contract will be for Savannah District; however, the contract may be used for other Federal agencies **** 4. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-g are secondary and will only be used as ?tie-breakers? among technically equal firms. a. Specialized experience and technical competence in (1) Preparation of installation master plans or base comprehensive plans and various methods of displaying them; (2) General plans or summary development of plans; (3) Installation design guides or architectural compatibility standards; (4) Project planning, evaluations and analyses, and programming documents; (5) Privatization studies; (6) Various types of installat ion-wide or project specific engineering studies or surveys employing numerous data collection techniques; (7) Planning, creation, development, or operations of GIS's or other engineer automated systems; (8) Project planning, site investigation, and design ; (9) Environmental planning and assessments; (10) Aerial and ground surveying and various photogrammetic and mapped products derived from these; (11) Development of presentations or briefings, on-site training or technical support, or arranging for confer ences in any of the areas listed above.. b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from ACASS and other sources.. c. Capacity to perform approximatel y $1,000,000 in work of the required type in a one-year period and to provide the following disciplines: Required: 2 Planner/Programmers, 1 each of the following: Project Manager, Landscape Architect, Civil Engineer, Traffic Engineer, Aerial Photographer , Photogrammetrist, GIS Systems Specialist, Computer Programmer, CADD Operator, Surveyor, Mechanical, Electrical, Structural, Fire Protection, and Cost Engineers, Architect, Archeologist, Historic architect, Economist, Interior designer, Industrial Hyg ienist, Environmentalist, Privatization Specialist, Force Protection Specialist in roadways/entryways and buildings, Sustainability Specialist, and Safety Specialist d. Professional qualifications of key management and professional staff members. The desi gn team must include a Registered Fire Protection Engineer whose principal duties are fire protection engineering or a Registered Architect or Registered Engineer who is a full member in standing of the society of Fire Protection Engineers (SFPE). e. Knowl edge of locality in the following geographic areas: Georgia, South Carolina, North Carolina, Florida, Alabama, Mississippi, Tennessee, Puerto Rico, and Central and South America. f. Degree of participation of SB, SDB, WOB, HBCU or MI in the proposed cont ract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. ***** 5. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) copy of SF 255 (11/92 edition) for PRIME and one (1) copy of SF 254 (11/92 edition) for prime and all consultants, to the following address: U.S. Ar my Engineer District, Savannah, ATTN: Ms. Natasha Givens, CESAS-EN-ES, 100 West Oglethorpe Avenue, Savannah, GA 31401-3640 not later than the close of business the 30th day after the DATE of this announcement. If the 30th day is a Saturday, Sunday, or Fede ral Holiday, the deadline is the close of business the NEXT BUSINESS DAY. Block 10 of SF 255 SHALL NOT EXCEED 10 PAGES PRINTED ONE SIDE OR 5 DOUBLE SIDED PAGES and the FONT USED FOR THIS SHOULD BE 10 or larger. Include the FIRM's ACASS number in Block 3b o f the SF 255. All required disciplines listed above shall be identified in Block 4 of SF 255 with DETAILED qualifications including experience in Value Engineer ing in BLOCK 7 of SF 255. FOR ACASS INFORMATION, CALL 503/808-4591. NO FAXED SUBMITTALS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) are not desired and will not be considered. PHONE CALLS are discouraged unless absolutely nec essary. PERSONAL VISITS for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah - Military Works P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00183762-W 20021009/021007213517 (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.