Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2004 FBO #0766
SOLICITATION NOTICE

C -- IDC 190A & B FOR DESIGN SERVICES FOR PRIMARILY GREEN BROOK FLOOD CONTROL PROJECT AND OTHER WATER RESOURCES PROJECTS PRIMARILY WITHIN THE NYD BOUNDARIES & OTHER COE LOCATIONS WITHINS NAD/MSC BOUNDARIES

Notice Date
12/31/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
FEDBIZOPS-04-352-01
 
Response Due
2/2/2004
 
Archive Date
4/2/2004
 
Point of Contact
Ina.Joyce.Ohrwashel, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(Ina.J.Ohrwashel@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Contract Information: Two Indefinite Delivery Contract (IDC) will be negotiated and awarded, with a base period not to exceed three years with no option periods. The amount of work in the contract period will not exceed $3,000,000 (EFARS 36.601-3 -90(b)). IDC # 190A WILL BE UNRESTRICTED. IDC #190B WILL BE RESTRICTED TO 8A FIRMS ONLY. FIRMS MUST INDICATE WHICH IDC THEY ARE RESPONDING TO. Work will be issued by negotiated firm-fixed-price task orders. The Governments obligation to guarantee a minim um amount for payment for each IDC is $60,000. Two firms will be selected from this announcement. This contract will include EFARS 52.232-5001 ??????Continuing Contract (Mar 1995) 52.232-5002 Continuing Contracts (Alternate) (Mar 1995). Work distributio n between IDC 190A and 190B: Task Orders will be distributed according to the A/E experience and qualifications. The specific contractor chosen for a TO will be selected based on factors such as technical expertise, demonstrated performance, specific abi lity, TO size and complexity, and contractor availability to complete the TO in the time required. In addition we will review each contract at the end of each six (6) months and make adjustments to the distribution of workload if possible so that it is eq uitable. Above all, it is the intent of the New York District to not have a hollow contract. If a large business is selected for at least one or both contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the NY District which will be considered in the negotiation of this contract are: (1) at least 42.7% of a contractor??????s intended subcontract amount be placed with small business (SB); (2) at least 16.4% of a contractors intended subcontract amount be placed with small dis advantaged businesses (SDB); (3) at least 5.5% of a contractor??????s intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 3% of a contractors intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 3% of a contractor??????s intended subcontract amount be placed with veteran-owned SB; and (6) at least 3.1% of a contractor??????s intended subcontract amount be placed with HUBZone SB. The plan is not required with this submittal, but will be req uired with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR site at http://www.ccr.gov or by contacting the DoD Ele ctronic Commerce Information Center at 1 800 334-3414. For subcontractors the following percentage goals should be met: Small Business 72.4% Small Disadvantaged Business 10.4% HUBZone Small Business 3.1% Women-Owned Small Business 10.8% Service-Disabled Veteran Owned 3.0% 2. Project Information: The following Architect/Engineer services are required. Perform various engineering services: design; analysis; layout and preparation of plans and specifications, related to the development of plans of improvement for the Green Brook Flood Control Project in New Jersey. Major features of this project include: Levees, floodwalls and retaining walls, channel re-alignment, detention basin structures, pumping stations, interior flood control structures, road raising or relocations, s torm drainage, utility relocations, coordination of project real estate acquisitions, erosion protection, and a flood warning system. Possible additional features could include mitigation site design. The Architect/Engineering services may include: aerial photography and topographic mapping, hydrographic surveys, stream cross sections and profile surveys; subsurface investigations including borings/corings along with lab soil analyses; flood damage and flood mark surveys; hazardous, toxic and radioactive wa ste investigations in cluding field activities; hydrologic and hydraulic design and analyses including interior drainage; hydrographic and topographic surveys including streams profiles and cross-sections; developing and servicing stream gages and other instrumentation; interio r drainage analysis and design; geotechnical and structural analysis and design; electrical and mechanical engineering analysis and design; architecture; civil design site and detail layouts up to the plans and specifications level of detail; environmental engineering activities including biostabilization design and development of mitigation plans; cost estimating using MCACES Gold software; technical reviews and construction services or post award engineering services; SPECSINTACT software; specification w riting; technical writing; preparation of Microstation compatible CADD drawings as part of the preparation of construction plans and specifications; and planning and engineering activities associated with developing a flood warning system. In order to acco mplish the above indicated activities, it will be necessary to conduct extensive coordination with state, county and local governments as well as other organizations or groups involved in the development and design of the proposed project improvements. The project area is primarily within the New York District boundaries specifically the Green Brook Sub basin of the Raritan River and other Corps of Engineers locations WITHIN NAD/MSC BOUNDARIES. 3. The specific abilities and disciplines required (but not limited to) include: Project Manager; Civil Engineer with experience in flood control analysis and flood control structures; Hydrologic and Hydraulic Engineers; Structural Engineer; Geotechnical Engineer; Environmental Engineer; Cost Engineer; Geologist; Soils and Geophysics Engineer; Land and Hydrographic Surveyors; Technical Writer; Draftsperson/CADD Operator; GIS Specialist (Geographer, Cartographer or Geospatial Data Analyst); Mechanical Engi neer; Electrical Engineer; Architect. 4. Special Qualifications: Expertise with flood control planning procedures; design of flood control projects including channel modifications, flumes, levees, floodwalls, interior drainage facilities (pump stations, ponding areas, piping systems), closur e structures, flood proofing, detention structures (dams and reservoirs); bioremediation, ecosystem restoration, QA/QC, surveying subsurface investigations and the ability to input data into a GIS database; P.E. or P.L.S. certification of supervisory / key personnel. Experience in Army Civil Works procedures, including feasibility studies, FDM??????s, EDR??????s, preparation of design documents, plans and specifications, familiarity with current U.S. Army Corps of Engineers regulations, guidelines, and pro cedures and construction services for flood control projects. The selected A-E firm will be required to furnish original drawings on Mylar and in digitized format on Intergraph or AutoCAD. All documents and specifications are to be submitted in hard copy as well as in MS Word 2000 format on PC-formatted media. In addition, the firms should indicate in Block 10 of SF 255 Form their MCACES experience for civil projects, Microsoft Project scheduling experience, and the QA/QC plan on how the Prime Consultant will manage its team to ensure that quality products are delivered to the New York District. 5. Closing date for submission of Form 255: Closing date is shown as the original response date in the Federal Business Opportunities (FBO) website. If closing date falls on a Saturday, Sunday, or Holiday then the actual date will be the next business da y. Firms should submit their qualifications on November 1992 version of SF 255 and SF 254. The SF 254 should reflect the firm??????s capacity, whereas SF 255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If subcontractors are to be utilized, an SF 254 must be submitted for each subcontractor. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. 6. Evaluation factors in descending order of importance: Boards will evaluate firms?????? qualification strictly on the basis of the announced selection criteria and their stated order of importance. The criteria will be applied as follows: A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary to satisfactorily perform required services. 3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time. 5. Familiarity with the general geographical area within the boundaries of the New York District, provided that an appropriate number of applicants meet these criteria, given the nature and size of the project. Note: Firms from any geographical areas are encouraged to submit applications. B. Secondary Selection Criteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2. Geographic proximity in relation to the location of the project. 3. Volume of work previously awarded to the firm by the Department of Defense (DOD), with the objective of effecting an equitable distribution among qualified A/E firms, including small business concerns, veteran-owned small business concerns, service-disa bledveteran-owned small business concerns. HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns, and firms that have not had prior DOD contracts. 7. Start date/Completion Date: May 2004/May 2007 8. Small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvanaged business concerns and women-owned small business concernss are encouraged to par ticipate as prime contractors or as members fo joint ventures with other smalll business. All interested large firms are reminded that the sucessful firm will be expected to place subcontracts to the maximum possible extent with small business concerns, v eteran-owned small business concerns, service-disabled veterans-owned small business concerns, HUBZONE small business concerns, small disadvantaged business concerns, and women-owned small business concerns small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected a small business firm is selected an acceptable small business subcontracting plan shall be submitted prior to award. 9. Firms which have not previously applied for New York District projects and firms which do not have a current SF 254 on file with the New York District should submit two copies of their SF 254 with their response to this FBOD announcement. Firms using c onsultants should submit copies of the SF 254 for their consultants. 10. Notifications: a. Notification of all firms will be made within ten (10) calendar days after approval of the final selection. Notifications will not be sent after preselection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b. The A-Es request for a debriefing must be received by the selection chairperson within thirty (30) calendar days after the date on which the firm received the notification. c. Debriefings will occur within fourteen (14) calendar days after receipt of the written request. d. Copies of all SF 254??????s and SF 255??????s of all firms who are not selected will be held for thirty (30) calendar days after notifications are sent out. 11. Three (3) copies of the submittals should be sent to Ms. Maureen Smith, CENAN-EN-M, Room 2037, 26 Federal Plaza, New York, NY 10278, (212) 264-9104.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00497389-W 20040102/031231211834 (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.