Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2003 FBO #0526
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER SERVICES FOR INDEFINITE DELIVERY CONTRACT FOR WATER RESOURCES STUDIES MAINLY WITHIN THE JACKSONVILLE DISTRICT

Notice Date
5/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
DACW17-03-R-0020
 
Response Due
6/20/2003
 
Archive Date
8/19/2003
 
Point of Contact
Sara Pines, 904-232-2083
 
E-Mail Address
Email your questions to U.S. Army Engineer District, Jacksonville - Civil Works
(Sara.D.Pines@SAJ02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This solicitation is unrestricted and is open to all firms regardless of size. Up to 2 (two) contracts may be awarded from response to this announcement. The contract will be an Indefinite Delivery-Indefinite Quantity Contract for a period of one year fr om date of award, with options to extend for two additional years. The contract will not exceed a total of three years. The Government reserves the right to exercise the contracts option period before the expiration of the base contract period or precedin g option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be assigned by negotiated task orders. Maximum order limits are $1,000,000.00 for each contract year and $1,000,000.00 per task order. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Jacksonville District. Additionally, the contract may be used to provide services within the geographic bou ndaries of the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating delivery orders among the contracts inclu de performance and quality of deliverables under current contracts, current capacity to accomplish the order in the required time, uniquely specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: Services will consist of preparation, development, coordination, incorporation of comments, and reproduction of studies, reports, or portions of reports, pertaining to planning and engineering of water resources and related projects. Task Orders will consist of assignments related to flood control, navigation, recreation, ecosystem restoration, shore protection, shoreline erosion, water management, and other Corps of Engineers responsibilities. Analyses shall include but not be limit ed to plan formulation and design related to hydraulic, hydrologic, coastal processes, recreation, environmental studies/planning, socio-economic studies, cultural resource investigations and design alternatives. The Contractor shall remain available for additional information that may be required following review of reports/studies/plans. The availability of the contractor once the deliverable is submitted for review is crucial to final approval of the report in a timely manner. Resolution of review com ments may require that additional work be completed and/or clarified. FACTORS FOR EVALUATION IN ORDER OF PRIORITY ARE: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in planning and water resources projects with emphasis on flood control, coastal planning and engineering, hydrological/hydraulic plann ing and engineering, ecosystem restoration, investigative capabilities, field data collection, geo-technical engineering, preparation of cost estimates using MCACES software, and ability to develop designs using the metric system of measurement. 2. PROFE SSIONAL QUALIFICATIONS: Firm must include, but not be limited to, either in-house or through association with qualified consultants, the following U.S. registered personnel, if registration is applicable, as follows: Water Resources Planner, Civil Engine er, Coastal Planner, Regional Planner, Coastal Engineer, Hydraulic Engineer, Hydrologist, Water Quality Specialist, Environmental Engineer, Geotechnical Engineer, Landscape Architect, Geo-Hydrologist, Senior Geo-Hydrologist, Geo-Physicist, Senior Geo-Physi cist, Cost Engineer, Cost Estimator, Engineering Technician, GIS/CADD Technician, CADD Draftsman, Land Surveyor, Biologist, Regional Economist, Economist, Real Estate Specialist, Real Estate Appraiser, Archeologist, Cultural/Archeological Analyst, Social A nalyst, Institutional Analyst, Outdoor Rec reation Specialist, and Typist and all necessary supervisory and administrative personnel to prepare planning and/or design documents. 3. PAST PERFORMANCE: Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit i nformation for current relevant contracts and subcontracts including the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as ??????information that has a logical connection with the matter under consideration and application time span.??????) Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS) will be utilized for prior performance evaluation. Firms may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent similar contracts. Firms may also include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. 4. CAPACITY: Firm must have adequate staffing as described above, with the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dates. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIE-BREAKERS: 5. VOLUME OF PAST DOD CONTRACTS AWARDED: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among qualified A/E firms. 6. GEOGRAPHIC LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the worksite (considered the Jacksonville, Florida District Office) will be considered provided there is an adequate number of qualified firms for consideration. SUBMISSION REQUIREMENTS: Firms, which meet requirements described in this announcement and wish to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list on ly the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants, should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicat e specific project experience for key team members and indicate the team member??????s role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 per evaluation factors 1-4 is strongly recommended. Sub mittal package is to be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on 20 June 2003. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other present ations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contr act from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR??????s web site may be accessed at http://www.ccr.gov). Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small an d small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for award, the firm must comply with FAR 52.219-1, regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Of those dollars the large business firm intends to subcontract, the Corps of Engineers target goals for subcontracting are 71.1% to small business concerns; 10.2% to small disadvantaged business concerns; 10.6% to women-owned smal l business concerns; 3.0% for HUBZone certified concerns; 4.0% veteran-owned small business concerns; and 3.0% to service-disabled veteran-owned small business concerns. Large firms should keep these target goals in mind when considering qualifications of potential subcontractors and ensure that each proposed subcontractor??????s socio-economic status is clearly identified in the submission of qualifications. An approved small business subcontracting plan will be required prior to award to a large busines s firm. The NAICS code is 541330, with a small business size standard of $4,000,000.00 Response to this announcement should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following add ress: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, 701 San Marco Boulevard, Jacksonville, FL 32207-8175. This is not a request for proposal. Firms may post their name/address on the web site to facilitate contact between prime contractors, sub-contract ors, and firms interested in joint ventures. However, copies of the listings of firms will not be provided. See our Web Page: https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp
 
Place of Performance
Address: Jacksonville USA Engineer District (Civilian) 701 San Marco Boulevard Jacksonville FL
Zip Code: 32207-8175
Country: US
 
Record
SN00319628-W 20030509/030507213544 (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.