Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2002 FBO #0384
MODIFICATION

C -- DACA45-03-R-0004 Architect-Engineering Services Indefinite Delivery Type Contracts for Investigation and Design for Various Environmental Sites in the Northwestern Division and Existing Omaha District Customers

Notice Date
12/19/2002
 
Notice Type
Modification
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-03-R-0004
 
Response Due
1/24/2003
 
Archive Date
3/25/2003
 
Point of Contact
Michael Duffy, 402-221-3708
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Michael.R.Duffy@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
NA Please contact either Angela Saville at 402.221.4168 or Famane Brown at 402.221.3116 if you have questions concerning this solicitation. 1. CONTRACT INFORMATION: Up to five Indefinite Delivery Type contracts may be awarded for a one-year base period, and may include two option periods of one (1) year each. The base contract amount will not exceed $1,000,000.00 and will not exceed $1,000,000 .00 in each option period. The option period may be exercised when the contract amount for the base period has been reached. Firm fixed price Task Orders will be issued from time to time as the need arises during the contract period. The amount of the Task Orders will not exceed the contract amount in any period. Contract award is anticipated in February 2003. A-E services are required for site investigations, surveying and mapping, planning studies, reports, concept design, final design, construction phase services, and monitoring and operation optimizations. Contracts will be awarded between February 2003 and February 2004 as needed to support workload requirements. Submitters are advised that all contracts may not be awarded if not supported by sufficient workload. Allocation of task orders from among firms a warded contracts will be based on the following factors: specialized knowledge or expertise that would significantly benefit a specific customer or enhance execution, past experience with a specific customer or knowledge of the locality, availability of ap propriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, and equitable workload distribution. This is a competitive procurement within each class of contracts under NAICS Code 541330. The small business standard for NAICS Code 541330 is $4,000,000.00. There will be a maximum of up to: two (2) unrestricted, two (2) small business set asides, and one HUBZone set aside contracts awarded under this notification. If a Large Business is selected for this project, it must comply with FAR Clause 52.219-9 regarding the requirement for a subcontracting plan to be submitted on the part of the work that that is intended to be subcontracted. This is not required with this submittal. The subcontracting goals for this contract are that a minimum of 61.4% of all subcontracting dollars be placed with small businesses. Of the 61.4% total, the individual goals for each category of small business is as shown below as a part of the overall 61.4%: Total Small Business: 61.4%; Small Disadvantaged Business: 9.1%; Woman-Owned Small Business: 5.0%; HUBZone Small Business: 2.5%; Service Disabled Veteran-Owned SB: 3.0%; Historically Black Colleges/Minority Institutions: 10.0%*. *Non-Construction Only 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://ccr2000.gov. For further questions and/or concerns, please contact: CCR Assistance at (888) 277-2423 (Monday - Friday, 8 a.m. - 6 p.m. EST) or Electronic Commerce Information Center (ECIC) at (800) 334-3414 (Monday - Friday, 8 a.m. - 6 p.m. EST) Selected firms will be required to comply with US Army Corps of Engineers (USACE) Omaha District CADD standards as shown on the site ftp://aecadd@ftp.nwo.usace.army.mil. Offerors will need to go to ae/standards on this site and then select either microstat ion or autocad. This site requires a password which can be obtained from Rick Johnson by email at ricky.l.johnson@usace.army.mil or by telephone at 402-221-3647. Experience with Omaha district standards in not required for selection. 2. PROJECT INFORMATION: The work to be performed under this contract consists of investigations, studies, and designs for the remediation of hazardous, toxic, and radioactive sites within the Northwestern Division boundaries and existing Omaha District cus tomers. Task Orders under this contract may include, but are not limited to, Preliminary As sessments/Site Inspections (PA/SI), Remedial Investigations/Feasibility Studies (RI/FS), property and claim ownership determinations (identification of past and current landowners, assessments of financial viability, research deed/lease agreements), histor ic and archaeological site surveys, preparation of community relations plans, participation in public meetings, preparation of work plans, sampling and analysis plans (field sampling plan & quality assurance project plan), and health and safety plans, envi ronmental permitting and regulatory program compliance. Task Orders may also include site characterization including field investigations, chemical sampling and analysis, human and ecological risk assessments, development of cleanup goals, preparation of e nvironmental investigation documents, remediation investigation reports, aerial photography and site mapping, design, preparation of plans and specifications, project construction cost estimates, remediation project bid package preparation, project constru ction phase services, and project follow-up maintenance monitoring and operation optimization. Other projects may include environmental conservation, planning, and quality. Individual Task Orders are estimated at, but not limited to, between $25,000.00 and $500,000.00. 3. SELECTION CRITERIA: See Note 24 at www.fbodaily.com for a general description of the A-E selection process. The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A-D are the selection criteria. a. Recent specialized experience and technical competence of the firm (including consultants) in: (1) Investigation, study, design, construction phase services, and post-construction phase services for environmental projects as described in Part 2. PROJECT INFORMATION. (2) Demonstrated recent experience with the Environmental Protection Agency (EPA) and various State offices for environmental management. (3) Experience in remediation and reclamation projects in the States included in the Northwestern Division (4) Experience in multi-disciplinary studies that involve elements of engineering, hydrogeology, geochemistry, and environmental and health sciences. (5) Demonstrated experience in preparing designs leading to successful remediation construction projects (6) Experience in performing construction phase services on remediation projects (7) Experience in surveying, aerial photography, topographic mapping, and producing quantity surveys. (8) Producing CADD drawings in a format fully compatible with Microstation J or AutoCad version 2002, or higher. (9) Construction cost estimating and preparation of estimates using the Corps of Engineers? Micro-Computer Aided Cost Estimating System (M-CACES) Gold version (software provided) or similar system. b. Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: environmental, geotechnical and civil engineering; environmenta l sciences (biology, ecology, toxicology, risk assessment, etc.;) chemistry, geology and mining engineering; hydrogeology, industrial hygiene (certified); construction management; and community relations. The evaluation will consider education, certificati ons, training, registration, overall and relevant experience, and longevity with the firm. c. Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. d. Past performance on previous contracts with respect to cost control, quality of work, and compliance with performance schedules. 4. SUBMITTAL REQUIREMENTS: See Note 24 at www.fbodaily.com for general submission requirements. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Interested firms having the capabilities to perform this work must submit two copies of a combined SF 255 and separate SFs 254 for the prime firm and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, C ENWO-CT-H, ATTN: Angela Saville, 106 S. 15th Street, Omaha, NE 68102-1618. Submittals must be received no later than 3:30 PM CST on 24 January 2003. Due to heightened security at Government installations, those offerors who have their submittals hand-deliv ered shall contact Angela Saville, Contract Specialist, at (402) 221-4168 or (402) 221-4100 prior to delivering to the address shown above. A contracting representative will be in the lobby to accept submittals. Official time will be established by the clo ck located in the area where the submittals are received. In block 10 of the SF 255, provide the following: (a) Firm Organizational Chart. An organizational chart showing the inter-relationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any cons ultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 808-4591. Personal visits for this solicitation to the Omaha District office will not be scheduled. This notification will be available by INTERNET ACCESS only. All information about this project and its documents / amendments thereto will be posted to the Omaha District's Advertised Solicitation Web Site at http://ebs-nwo.wes.army.mil. It shall be the c ontractor's responsibility to check the web site for any amendments. Interested parties are required to register for this project through the Omaha District's web site shown above by clicking on the solicitation DACA45-03-R-0004 hyperlink, scrolling down t o the Register hyperlink, and filling in the appropriate information. Questions regarding registration for the project or contractual matters should be addressed to Angela Saville at (402) 221-4168 or by E-mail to Angela.D.Saville@usace.army.mil. Questions regarding technical matters should be addressed to Drew Reckmeyer at (402) 221-7713 or by E-mail to Andrew.W.Reckmeyer@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00227173-W 20021221/021219213823 (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.