Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2003 FBO #0676
MODIFICATION

C -- Indefinite Delivery Architect Engineer Contract for Engineering Services for the Chicagoland Underflow Plan Cup McCook/Thornton Reservoir Flood Control Project

Notice Date
10/2/2003
 
Notice Type
Modification
 
Contracting Office
US Army Corps of Engineers, Chicago, 111 N. Canal, Suite 600, Chicago, IL 60606
 
ZIP Code
60606
 
Solicitation Number
DACW23-03-R-0010
 
Response Due
10/27/2003
 
Archive Date
12/26/2003
 
Point of Contact
David Dilks, 312-846-5373
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Chicago
(David.M.Dilks@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This information replaces the information in the previous synopsis. 1. CONTRACT INFORMATION: POC for technical information is David Schiemann, 312-846-5426; and for contract information is David Dilks 312-846-5373. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. F irms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for the Chicagoland Underflow Plan McCook/Thornton Project. Work may also be performed for other projects within th e boundaries of the Chicago District, as well as within the boundaries of the Great Lakes and Ohio River Division. The government at its discretion may award up to three Indefinite Delivery Contracts under this announcement. Each contract will have one t welve-month base period with two twelve-month option periods. No contract will exceed a term of three years or a maximum of $3,000,000 over a three-year period. Work will be assigned by issuing task orders. The base period's minimum guarantee amount is two percent of the dollar amount for the base period and each option period's minimum guarantee amount is one percent of the dollar amount for each respective option period. In the event of overlapping Indefinite Delivery Type contracts, task orders will be assigned by the Chicago District as equitably as possible based on the decision of the Contracting Officer regarding the experience of the contractor with the specific requirements of the work to be performed, and the capacity of the contractor to perfo rm the work. The estimated award date of the contract is February 2004. North American Industrial Classification System code is 541330, which has a size standard of $4,000,000 in average annual receipts. This announcement is open to all businesses regar dless of size. If a large business is selected for this contract, it must comply with FAR Subpart 19.7 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Chicago distri ct, which will be considered in the negotiation of this contract are (1) at least 57.2% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 8.9% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 8.1% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 3% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; and (5) a t least 3% of a contractor's intended subcontract amount be placed with HUBZone SB. THE SMALL BUSINESS SUBCONTRACTING PLAN IS NOT REQUIRED WITH THIS SUBMITTAL. The wages and benefits of service employees (see FAR Subpart 22.10) performing under this cont ract must be at least equal to those determined by the Department of Labor under the Service Contract Act. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site a t http://www.ccr.gov or by contracting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The Project includes two urban flood control reservoirs in Northeastern Illinois, the first being the CUP-McCook Reservoir (21 ,333 acre-feet) and the second being the CUP-Thornton Reservoir (24,200 acre-feet) to contain combined storm and sanitary overflows (CSOs). These two reservoirs were jointly authorized as a Federal project in Section 3.(a)(5)n of the Water Resources Devel opment Act of 1988 (Public Law 100-676), which is available for viewing at the Chicago District Library. The project features consist of large reservoirs excavated in rock and appurtenant features such as; large diameter tunnels constructed in rock, large reinforced concrete hydraulic structures, gates, and valves handling flows in excess of 20 ,000 cfs, drainage culverts and adit tunnels, rock wall and rock dam stabilization, overburden stabilization, erosion protection, and large reservoir aeration and washdown facilities. The anticipated construction cost of the McCook Reservoir is approximat ely $500,000,000 and the Thornton Reservoir is $240,000,000. The contract requires professionals in the following fields: hydraulic, environmental, architectural, civil, structural, geotechnical, mechanical, electrical, cost, and construction engineers ne cessary to analyze data, prepare technical reports, design documentation reports and supplements, plans and specifications and construction cost estimates, provide independent technical reviews, engineering services during construction, assure construction quality, and perform mathematical modeling and 3D visualization modeling. Each of these elements may be required separately or together for the project. 3. SELECTION CRITERIA: See Government Wide Numbered Note 24 for general selection process. Firm m ust demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Criteria a)-d) are primary factors. Criteria e)-g) are secondary factors and will only be used as t ie-breakers among firms that are essentially technically equal. a) Specialized Experience and Technical Competence in design, cost-estimating, and construction quality assurance of constructed projects consisting of: (1) 8-1/2 to 35 foot diameter tunnels and shafts in rock using drill and blast excavation techniques; (2) hydraulically operated gates and valves from 5 to 14 feet in cross-sectional size; (3) large reinforced concrete hydraulic structures handling over 20,000 cfs; (4) aeration and washdown sy stems in large variable depth reservoirs at depths greater than 75-feet; (5) groundwater control in fractured bedrock; and (6) rock wall stability for wall heights greater than 75-feet. b) Professionals in the following key disciplines: construction, hydr aulic, environmental, civil, structural, geotechnical, geologic, hydrogeologic, mechanical, electrical, cost engineering, surveying, and architecture. The evaluation will consider experience relevant to the proposed work, education, training, and professi onal registration. c) Past performance on DoD and other contracts with respects to cost control, quality of work, and compliance with performance schedules. d) Capacity to perform two concurrent $500,000 work orders within a 6 month period. The evaluati on will consider the capability of the firm and subconsultants in previous similarly sized projects, and the availability of an adequate number of personnel in key disciplines. e) Geographic location of the principal design office within the Chicago Distr ict boundaries. f) Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g) Volume of DoD A-E co ntract 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 as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission require ments. Interested firms having the capabilities to perform this work must submit six copies of SF 255 (11/92 edition) and SF 254 (11/92 edition) for the prime firm and all consultants to the US Army Corps of Engineers, Chicago District, 111 North Canal St reet, Suite 600, Chicago, IL 60606-7026, ATTN: Contracting, not later than 27 October 2003 by the close of business. Include the firm's ACASS number in the SF 255, Block 3b. For ACASS information call 503-808-4590. In SF 255, Block 10, describe the corp orate quality control procedures, and Microstation V8 compatible CADD capabilities. Facsimile transmissions will not be accepted. Solicitation packages will n ot be provided. THIS IS NOT A REQUEST FOR PROPOSAL. HOWEVER, additional background information will be available at US Army Corps of Engineers, Chicago District, Contracting Office, 111 North Canal Street, Suite 600, Chicago, IL 60606-7026. A reservatio n to view these documents must be made in advance of viewing by contacting David Dilks on (312) 846-5373. These documents can only be viewed on the premises. No reproduction of these documents will be allowed. Documents will not be available for viewing on the day of submission. GOVERNMENT WIDE NUMBERED NOTE 24: Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect -Engineer and Related Services Questionnaire for Specific Project, when requested, and (3) any requested supplemental data to the procurement office shown. Firms having a current Standard Form 254 on file with the procurement office shown are not required to register this form. Firms desiring to register for consideration for future projects administered by the procurement office (subject to specific requirements for individual projects) are encouraged to submit annually, a statement of qualifications and p erformance data, utilizing Standard Form 254, Architect-Engineer and Related Services Questionnaire. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size a nd geographic location of firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to pr ovide the type of services required, will be chosen for negotiation. Selection of firms for negotiation shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include: (1) professional capabilities; (2) specialized experience and technical competence, as required; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to co st control, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) any other special qualification required under this announcement by the contracting activity. In addition to the above qualifications, special qualifications in the Department of Defense include the volume of work previously award ed to the firm by the Department of Defense, with the object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms including small and small disadvantaged business firms, and f irms that have not had prior Department of Defense contracts.
 
Place of Performance
Address: US Army Corps of Engineers, Chicago 111 N. Canal, Suite 600, Chicago IL
Zip Code: 60606
Country: US
 
Record
SN00446632-W 20031004/031002213157 (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.