Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2003 FBO #0694
SOLICITATION NOTICE

C -- Inefinite Delivery A/E Contract for Multi-Discipline Services as listed below

Notice Date
10/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-04-R-ZZZZ
 
Response Due
12/9/2003
 
Archive Date
2/7/2004
 
Point of Contact
WILLIADEAN INEICHEN, 309-794-5259
 
E-Mail Address
Email your questions to US Army Engineer District, Rock Island
(Williadean.Ineichen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Indefinite Delivery A/E contract for Multi-Discipline A/E services, primarily Civil/Structural/Architectural/ Geotechnical/ Mechanical/Electrical Services is to be awarded. Services are to be primarily for engineering of civil works projects (but may inclu de military support projects) and primarily within the Rock Island District boundaries (Iowa, Illinois, Wisconsin, Missouri and Minnesota) but may also be required for selected areas within the boundaries of the Mississippi Valley Division. The contract w ill consist of individually negotiated task orders with an individual or cumulative total not to exceed $1,000,000 during a base period, with the option to extend two additional periods for the same amount. The contractor is guaranteed no less than $20,00 0 the first period and $10,000 for each option period exercised. Multiple awards may be made. The estimated initial contract award date is May 2004. An option period may be exercised early when the amount of the current period reaches $1,000,000. If concu rrent multiple contract awards are made, task orders will be allocated based upon the Contracting Officer's determination of the special qualifications of the firms; the nature of the work involved in the task order; and the immediacy of the work and avail ability of the firm. Distribution of the work will be a secondary consideration. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Se rvice Contract Act, as determined relative to the employee??????s office location (not the location of the work). 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://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. The required services may include all or part of the following: (1) Preparation of preliminary and final designs (2) Preparation of contract drawings and specifications (3) Preparation of quantity take-offs and cost estimates (4) Engineering services during construction, to include: shop drawing review, construction inspection, and supervision (5) Preparation of reports and studies (6) Environmental restoration investigations and reports. (7) Soil borings and material analysis incidental to other work. Project Information: The types of projects may include, but are not limited to, all or part of the following: (1) Improvements and rehabilitation of navigation facilities (lock walls, gates, utilities, and various lock and dam buildings) (2) Design of flood control projects (gatewells, pumping stations, interceptor sy stems, flood walls, closures, levees, dams, spillways, outlet works, gates, and valves) (3) Design of miscellaneous projects (including, but not limited to, buildings, camping areas, sanitary facilities, water systems, sheet pile cells, walls and environme ntal management and restoration projects) (4) Maintenance and repair design for completed civil works projects (5) Design of roads and trails (6) Site design and analysis. Drawings may be required in English or Metric System units. Drawings shall be accomp lished using computer-aided design and drafting (CADD) in accordance with the E/E/C CADD Standard Release 2.0 as published by the CADD/GIS Technology Center in Vicksburg, MS and The Rock Island District local guidance as appropriate. The specifications wi ll be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Corps of Engineers Construction Guide Specifications. Estimates will be prepared using Corps of Engineers Computer Aided Cost Engineering System (M-CACES). 3. Select ion Criteria: The selection criteria are listed in descending order of importance. Criteria a. thru f. are primary. Criteria g. and h. are secondary and will only be used as ``tie-breakers'' among technically equal firms. ( a) Qualified Registered Professional Personnel in the following key disciplines: Civil Engineers, Structural Engineers, Soils Engineers, Mechanical Engineers, Electrical Engineers, Architects and Landscape Architects. Qualified personnel in the following k ey disciplines: Specification Writers, Estimators, Engineering Technicians and Draftsmen/CADD operators. The evaluation will consider education, training, registration, and experience; (b) Specialized Experience and Technical Competence in: navigation proj ects (locks and dams), flood control projects (local flood protection systems, floodwalls, pump stations, and levees) bank protection and channel improvements, sanitary and water projects, environmental restoration, recreational areas, residential and comm ercial buildings, bridges, and roads; (c) GIS and Computer Aided Drafting and Design (CADD) and ability to produce deliverables fully compatible with the following Rock Island District??????s systems: Microsoft NT/Windows 2000 based MicroStation (version 8X or higher) or ESRI ArcInfo (version 8.1 or higher) or ArcView (version 3.2A or higher) as required. Finished products shall be in compliance with the AEC CADD Standards or Spatial Data Standards as appropriate and the Rock Island District Electronic De liverables guidance. These standards are published by the CADD/GIS Technology Center in Vicksburg, Mississippi, and the Rock Island District, (d) Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (e) Capacity to perform two or more task orders concurrently; (f) Large Business offerors must identify subcontracting opportunities with Small Business, HubZone Small Business, Small Woman-Owned Business, and Small Disadvantaged Businesses on their SF255. If selected, the large business offeror will be required to submit a small/small disadvantaged & woman-owned subcontracting plan i n accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the request for proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan OF THE SUBCONTRACTED WORK (23% TO SMALL BUSI NESS: 5% TO SMALL DISADVANTED BUSINESSES (A COMPOSITE OF SMALL BUSINESS); 5% TO WOMAN OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 3% TO HUBZONE SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS); AND 3% TO SERVICE DISABLED VETERAN OWNED SMALL BUSINESS. L arge business firms that intend to do Subcontracting must convey their intent to meet the minimum goals listed on the SF255, Block 6. Written justification must be provided if the minimum goals cannot be provided. (g) Geographic proximity to Rock Island, Illinois to provide good work coordination; and (h) Volume of DOD Contracts awarded in the previous 12 months. 4. Submittal Requirements: Qualified firms desiring consideration shall submit 4 copies of the SF 255 (11-92 Edition) including organizational chart of key personnel to be assigned to this project, 4 copies of the current SF 254 (11-92 Edition) and 4 copie s of any subcontractor??????s current SF 254. Submittals are to be sent to this office within 30 calendar days from the date of this announcement. Supplemental information regarding specialized experience should be included on SF 255. Firms ACASS No. is to be shown on SF 255, Block 22b. (Call ACASS Center 503-326-3459 for number.) The dollar value of all work for DOD and Corps of Engineers for the past year must be clearly stated in Block 9 of SF 255. Responding firms are required to clearly identify tasks to perform in-house and those to be subcontracted. Firms must submit the names and supporting qualification data of all subcontractors. Firms that do not comply with requirements will be considered non-responsive. No other general notification to firms und er consideration for this project will be made and no further action is required. This procurement is Unrestricted. The SIC Code is 8711 and the NAICS Code is 541330. No additional project information will be given to A/E firms. Phone calls are discouraged unless absolutely necessary.
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN00454789-W 20031022/031020213521 (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.