Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOURCES SOUGHT

C -- Indefinite Delivery Type Contract for Engineering, Design and Associated Engineering Support Services for Vicksburg District (Contract Nos. 1, 2, 3 and 4), Vicksburg, MS

Notice Date
12/19/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-04-A-0001
 
Response Due
1/21/2004
 
Archive Date
3/21/2004
 
Point of Contact
joan arnold, 601 631-7902
 
E-Mail Address
Email your questions to US Army Engineer District, Vicksburg
(missy.k.arnold@mvk02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY TYPE CONTRACTS FOR ENGINEERING, DESIGN AND ASSOCIATED ENGINEERING SUPPORT SERVICES FOR VICKSBURG (CONTRACT NOS. 1, 2, 3 AND 4). 1. CONTRACT INFORMATION: POC Jennifer Chambers, 601-631-5562. 254s and 255s are due by close of business on January 21, 2004. Up to four indefinite delivery contracts may be negotiated and awarded, each with a base period and two option periods. Task orders issued over the life of the contract shall not exceed $3.0 million. An option period may be exercised at the discretion of the Contracting Officer when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm- fixed price task orders. If funds are available, the initial contract will be awarded. Additional contract awards may be made within 12 months of selection contingent upon availability of funds and workload requirements. The criteria to be used in allocating task orders among the contracts will be based on the following: (1) contract minimums, task orders will be distributed to assure the guaranteed minimums are met; (2) past performance on previous task orders, the quality and timeliness of work delivered on prior jobs under the current contract; (3) current capacity to accomplish the task order in the required time; (4) unique specialized experience; (5) equitable distribution of work among the contractors. It is anticipated that the estimated workload for each performance period will be $1.0 million. Contract award is anticipated on or before MAY 04. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR52.219-9 regarding the requirement for a subcontracting plan. The FY 2004 preliminary subcontracting goals for the Vicksburg District are: (1) at least 57.2 percent of a contractors intended subcontract amount to be placed with small businesses (SB) including small disadvantaged businesses (SDB), women- owned small business (WOSB) and service-disabled Veteran-owned small business; (2) at least 8.9 percent of a contractors intended subcontract amount to be placed SDB; (3) at least 8.1 percent of a contractor's intended subcontract amount to be placed with WOSB; (4) at least 3.0 percent of a contractors intended subcontract amount be placed with service-disabled Veteran-owned small business; and (5) at least 3.0 percent of a contractors intended subcontract amount be placed with HUBZone small business. Effective 14 June 1999, the small business size standard for A-E services (NAICS Code 541330) is $4.0 million. Subcontracting intentions are to be outlined in Block 6 of the SF 255. 2. PROJECT INFORMATION: The work consists of professional services for miscellaneous inspection, research and design of highway, railroad and pedestrian bridges for military and civilian loads. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, environmental, electrical, mechanical, surveying, mapping, CADD and architectural design. Work may include, but is not limited to studies, preparation of sketches, conceptual drawings, related drafting, cost estimates, specifications, contract drawings, and design analysis. Studies, designs and drawings shall be in English and/or metric units as directed. 3. PRESELECTION CRITERIA: Pre-Selection criteria will be based on the following considerations, which are of equal importance. The firm (either in-house or through association with a qualified consultant) must: (a) demonstrate world wide bridge inspection experience in compliance with AR 420-72 and ER 1110-2-111; this shall include underwater bridge inspection requirements; (b) Demonstrate capability and experience in bridge analysis including: current ratings requirements (AASHTO MCEB), and scour analysis (level I and level II); det ermining the Military Load Classification, foreign country design vehicles as well as using innovate state of the art analytical modeling, load testing and other experimental techniques; (c) demonstrate capability and experience in design and specification of bridge design and miscellaneous bridge repair, upgrade and operation and maintenance projects; (d)employ qualified registered professional personnel in the following key disciplines; civil, structural, geotechnical, hydraulic, electrical, mechanical and architecture; contractor shall also demonstrate an established team including a qualified bridge inspection team leader and technicians; (e) demonstrate experience in use of CADD systems. Drawings and plates shall be prepared as required to present project details and/or study results. All drawings shall be furnished in a Microstation design file compatible format. 4. SELECTION CRITERIA: See Note 24 of the CBD for the general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary; criteria F through H are secondary and will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. (A) Specialized experience and technical competence of the firm and consultants in the work described above in preselection items a and b. List no more than 10 projects that best illustrate current qualifications and relevant projects (including any subcontractor work; Pages in excess of the maximum of 10 will be discarded and not used in evaluation). (B) Professional Qualifications: The firm must indicate professional registration and work experience of key personnel. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Past Performance: Consideration will be given to ratings on previous DoD contracts. Consideration will also be given to verifiable past performance. Consideration will also be given to firms that have above-average performance on the type of work described preselection criteria b. (D) Capacity to perform multiple projects simultaneously and complete work in a timely manner. (E) Knowledge of the Locality; locality refers to military installations and civil works projects worldwide. (F) Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as the greater the participation, the greater the consideration. (G) DoD contract awarded in the past 12 months, the greater the awards the lesser the consideration. (H) Geographic proximity to Vicksburg Mississippi. In the final selection process, the most highly qualified firms will be interviewed. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of a combined SF 255 (11/92 edition) and one copy of the prime's and each consultant's SF 254 (11/92 editions) to: U.S. Army Engineer District, Vicksburg, ATTN: A-E Services (CEMVK ED CE), 4155 E. Clay St. Vicksburg, Mississippi 39183 3435. Note the following restrictions on submittal of SF255; Block 7 - Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 10 pages. Block 10-Additional information will be limited to a maximum of 10 pages. Pages in excess of the maximum of 10 will be discarded and not used in evaluation. All telephone calls should be directed to Mrs. Jennifer Chambers, (601) 631-5562. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. This is not an RFP. A fee proposal will be requested at a later date. Along with th e fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702. The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantaged business concerns to the maximum practicable extent consistent with the efficient performance of the contract. The subcontracting plan shall separate percentage goals composed of direct cost, indirect costs, or a combination of the two for using small and small disadvantaged business subcontractors. Questions relative to the subcontracting plan may be directed to Mrs. Shirley Reed, Deputy for Small Business, (601) 631-5347. See Notes 24 and 25. Email: jennifer.b.chambers@mvk02.usace.army.mil URL: http://www.mvk.usace.army.mil/contract. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, Vicksburg District, CEMVK-ED-CE, Attn: Jennifer Chambers, 4155 East Clay St. Vicksburg, MS 39183-3435. Include ACASS number in SF 255 block 3b. For ACASS information call 503-808-4591. ****NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database, for information see http: www.ccr.gov
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00493217-W 20031221/031219212707 (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.