Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2003 FBO #0451
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Services Contract for Civil Works and Related Projects, Primarily Various Locations, Alaska

Notice Date
2/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers - Alaska - Civil Works, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
DACW85-03-R-0004
 
Archive Date
5/25/2003
 
Point of Contact
Carolyn Haynes, 907/753-2545
 
E-Mail Address
Email your questions to US Army Corp of Engineers - Alaska - Civil Works
(carolyn.i.haynes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA DESCRIPTION OF WORK: 1. CONTRACT INFORMATION: This Indefinite Delivery contract(s) 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 qu alifications for the required work. North American Industrial Classification System code is 541330, which has a small business size standard of $4,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a la rge business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY03 subcontracting goals for this contract are a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses, with 9.1% of that to small, disadvantaged businesses, 5.0% to woman-owned small businesses, 3.0% to service disabled veteran owned small businesses, 3.0% to veteran owned small businesses, and 3.0% to HUB Zone small businesses. The subcontracting plan is not required with this submittal. The contract limit is $1,500,000 over a term of three years. There will be no specific delivery order limit except that of the contract limit . Contract award is anticipated for July 03. 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 Comm erce Information Center at 1-800-334-3414. All responders are advised that this announcement may be canceled or revised at any time during the solicitation, selection, and evaluation. In addition, no projects are yet authorized and no funds are presently available (See FAR 52.232-18). This solicitation does not guarantee work to selected firms. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Projects under this contract will be studied and designed primarily in metric units. Typical types of services to be provided may include reconnaissance reports, feasibility reports, engineering designs (including construction plans and specifications), environmen tal documents, and economic evaluation reports primarily for small boat harbors, deep draft navigation projects, ecosystem restoration projects, flood damage prevention projects, storm damage reduction shoreline projects, and potential comprehensive reloca tion plans and comprehensive community plans for rural villages in Alaska. Work will involve preparation of complete reports or portions of reports to evaluate the feasibility of small boat harbors used for commercial fishing, recreational boating, and su bsistence, navigation projects, ecosystem restoration projects, flood control projects, storm damage reduction projects, and watershed studies for all types of water resources needs. Navigability studies may be performed. Environmental assessment and imp act statements for civil work and military projects may also be required. The firm must demonstrate the ability to: provide drawings in AutoCAD 2000 DWG format (AutoCAD 2000 minimum requirements: IBM compatible PC; Windows 98, 2000, or NT; 64 MB RAM/128 r ecommended; 350 M B hard drive; 800 X 600 VGA with 64000 colors recommended.); use MCACES-Gold version 5.30 for DOS or MCACES for Windows (cost engineering system) for all projects; and in addition use the DR. CHECKS (review comment system), via the intern et, for Army projects. MCACES-Gold 5.30 for DOS or MCACES for Windows shall be furnished by the Government (system requirements: MS-DOS 5.0 or higher for MCACES GOLD and Windows 3.1 or higher for MCACES for Windows. A minimum of 25 megabytes of hard disk s pace is also required to accommodate installation of the software, system files, and database.). The Government will provide the web address, a username, and a password for the firm to use to access the Dr. Checks system. The firm should be proficient or have the ability to obtain proficiency in working with Corps of Engineers Technical Specification and Specsintact software program (version 3.0) by technical, ad ministrative, and sub-contractor personnel, including in-depth knowledge of the software 'tagging hierarchy', 'section submittal and technical reference' formatting requirements. 3. LOCATION: Primarily Various Locations in Alaska. 4. SELECTION CRITERIA: T he following selection criteria headings are listed in descending order of importance. Criteria A-G are primary selection criteria: (A) Professional personnel in the following disciplines are required and are in descending order of importance: (1) Civil engineer with knowledge of Corps of Engineers' plan formulation procedures for small boat harbors, navigation projects, storm damage reduction projects, and watershed studies. (2) Economist with knowledge of Corps economic evaluation procedures for commerc ial fishing and recreational boating harbors and experience working with related State and Federal agencies. (3) Structural engineer proficient in design of sheet pile, bridges, floating breakwaters, and other marine structures. (4) Coastal engineer who must have knowledge of the design of breakwaters and channels in accordance with Corps' design manuals and procedures. (5) Archeologist who must be qualified to meet SHPO requirements in Alaska. (6) Cost estimator. (7) Survey crew. (8) Geologist. (9) Hydr ologist. (10) Hydraulic engineer. (11) Biologist with experience working with State and Federal resource agencies and with knowledge of the NEPA process. (12) Public relations specialist experienced in all phases of community relations and public involvem ent activities, with special emphasis on remote rural and Native American communities. (13) Community planner skilled in facilitating the development of community consensus and conducting comprehensive community planning activities, with special emphasis on remote rural and Native American communities. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each discipline, clearly indicate which shall be subcontracted, and p rovide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of an y craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (This means that work physically completed in the State of Alaska [i.e. geotechnical, survey, etc.] must use Alaskan residents); (B) Specialized e xperience and technical competence in: Corps of Engineers' procedures for planning, engineering, and designs of small boat harbors, deep draft navigation projects, ecosystem restoration projects, flood control projects, storm damage reduction projects, an d watershed studies; (C) Knowledge of locality: staff with knowledge of Alaskan weather and water conditions, availability to meet frequently with Corps personnel at the Alaska District Headquarters in Anchorage, and the ability to mobilize to Alaskan si tes on short notice; (D) Capacity to maintain schedules and accomplish required work on 3 simultaneous delivery orders; (E) A quality management plan that will be used for this contract, to include a description of the processes that will be used to ensu re that quality products are provided to the government. The plan should address the quality control processes that will be used by the contractor, and how those processes will complement and support the government?s quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key personnel in relationshi p to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines. The quality management plan must address the integration of work products o f the entire team that is proposed. (NOTE: A detailed quality management plan will be required at the time of a Request For Proposal); (F) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with sche dules; (G) Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; wa ste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will cons ider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. CRITERIA H-J ARE SECONDARY CRI TERIA AND WILL ONLY BE USED AS ?TIE-BREAKERS? AMONG FIRMS WHICH ARE RATED AS TECHNICALLY EQUAL AFTER THE INTERVIEW PHASE OF THE SELECTION PROCESS. The secondary selection criteria in descending order of important are: (H) The extent of participation of S B, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contract or, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. (I) Geographic proximity. (J) Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Firms submitting their qualificati ons should provide ONLY 1 copy and must include a POC and phone number in block 8c of the SF 255. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office, on-line or, from commercial software suppliers for use with personal computers and laser printers, or on-line in both Adobe Acrobat PDF and FormFlow formats http://www.gsa.gov/pbs/pc/hw_files/254-255.htm. In SF 255, Block 10, describe the firm?s overall Design Quality Management Plan. A project-specific desi gn quality control plan must be prepared for Government approval as a condition of contract award, but is not required with this submission. In Block 10, also indicate the estimated percentage involvement of each firm on the proposed team. Include an org anization chart of the key personnel to be assigned to the project. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) and in accordance with the Current Response Date. Any submittals received after this da te will not be considered. NOTE: Hand carried submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following proce dures: The firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB only. This information must be faxed to 907/753-2544 (reference the solicitation number) or forwarded electronically to the POC stated in the announcement no later than 48 hours prior to delivery. Requests forwarded after this time will not be considered. On the day of entry, each driver must pr ovide a valid drivers license, proof of current insurance, current IM certificate, and current valid vehicle registration. Inform the Boniface Gate personnel th at this is a one day pass only and reference the solicitation number. NO ADDITIONAL INFORMATION SHALL BE PROVIDED, AND NO FAXED SUBMITTALS SHALL BE ACCEPTED. THIS IS NOT A REQUEST FOR PROPOSAL. Email your questions to gail.m.west@poa02.usace.army.mil.
 
Place of Performance
Address: US Army Corp of Engineers - Alaska - Civil Works CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00264249-W 20030226/030224213527 (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.