Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
MODIFICATION

C -- A-E SERVICES FOR MULTI-DISCIPLINE MISCELLANEOUS CIVIL WORKS DESIGN AND ARCHITECTURAL ENGINEERING SERVICES FOR FLORIDA, PUERTO RICO, U.S.VIRGIN ISLANDS, AND THE CARIBBEAN AREA

Notice Date
5/27/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-04-R-0025
 
Response Due
7/12/2004
 
Archive Date
9/10/2004
 
Point of Contact
Sara Pines, 904-232-2083
 
E-Mail Address
Email your questions to US Army Engineer District, Jacksonville
(Sara.D.Pines@SAJ02.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
Contract Specialist POC Sara D. Pines 904-232-2083, Technical Specialist POC Mariano Lezcano (904)232 1852. This solicitation is set aside for small business firms certified in the Small Business Administration 8(a) program only. Up to two contract s may be awarded from this solicitation. The contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for four additional years; not to exceed a total of five years. Work w ill be assigned by negotiated task orders. Maximum order limit is $5,000,000 for the life of the contract, including options. The primary geographic extent of the assignments includes the Florida, Puerto Rico, U. S. Virgin Islands and the Caribbean area o f the Jacksonville District. Additionally, the contracts may be used to provide services within the geographic boundaries of the South Atlantic Division of the U.S. Army Corps of Engineers. 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 task orders among the contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: Services will include engineering and design services for civil works projects such as preparation o f design reports, preparation of engineering studies, preparation of cost estimates in MCACES Gold format, preparation of design calculations, and preparation of construction plans/specifications suitable for use in competitive acquisitions. The work will encompass all types of civil works projects including environmental restoration; flood control; beach renourishment and erosion control; jettys; navigation (including dredging); bridges; site plan development; paving, grading, and drainage plans; and util ity systems design and relocation. Work on some projects may require geotechnical exploration and analysis as well as performing surveys. Factors for Evaluation, in order of priority are: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in the preparation of plans, specifications, various federal reports and studies such as reports for independent technical reviews (such as for seismic design) or environmental impact studies, or value engineering studies or energy related studies, design reports, cost estimates, design analysis for all phases of civil engineering and related work. Must have ability to prepare constructi on drawings and specifications in digital format on magnetic tape and/or compact disk using Bentley Systems three-dimensional MicroStation V8 CADD system with a Windows XP operating system target platform, Bentley Systems INROADS, and INROADS Survey softwa re platforms, construction cost estimates utilizing Government provided MCACES Gold software and preparation of plans and specifications using both English and Metric Standards of Measurement. 2. PAST PERFORMANCE: Firm must demonstrate its past performanc e in the accomplishment of similar work. Firm must submit information 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 pe rformance as: information that has a logical connection with the matter under consideration and applicable time span). Pertinent issues are ability to meet established schedules, ability to accomplish work within budgetary limitations, and quality of the delivered product. Past performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the A-E C ontract Administration Support System (ACASS) and information available from other sources, will be utilized for prior performance evaluation. 3. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or through association with qualified subcontract ors, U.S. registered personnel as follows: Architects, Engineers, and Landscape Architects. Engineering staff must include, but not be limited to, the following disciplines: Civil, Mechanical, Structural, Geotechnical, Coastal, Hydraulic, Hydrology, Soil, Sanitary, and Electrical. Additionally, a Registered Land Surveyor and all necessary supervisory and administrative personnel necessary for preparing engineering and design documents are also required. 4. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TI ME: Firm must have 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 TIEBREAKERS, I F NECESSARY: 5. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. 6. GEOGRAPHIC LOCATION OF FIRM R ELATIVE TO THE WORKSITE: Location of the firm relative to the worksite (considered the Jacksonville District Office) will be considered provided there is an adequate number of qualified firms for consideration. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing 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 only the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants and subcontractors, should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project expe rience 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 addressing evaluation factors 1-4 is strongly recommended. Submittal package must b e received in this office at the address indicated below, no later than 3:00 P.M. Eastern Time on July 12, 2004. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those su fficient 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 Central Contractor Registration (CCR) before rece iving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR web site may be accessed at http://www.ccr.gov). All interested firms are remind ed that the successful firm will be expected to place subcontracts to the maximum practical extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. The NAICS code is 541330 with a small business size standard of $4,000,000.00.Your attention is directed to FAR 52.219-14, Limitations on Subcontracting, which states in part: At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 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 address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, 701 San Marco Boulevard, Jacksonville, FL 32 207-8175. This is not a request for proposal. Firms are encourage to post their name/address on the web site to facilitate contact between prime contractors, su b-contractors, and firms interested in joint ventures. However, copies of the listings of firms will not be provided. A printout of the listing of interested firms can only be obtained by accessing the announcement at our web page at www.saj.usace.army.mil .
 
Place of Performance
Address: US Army Engineer District, Jacksonville 701 San Marco Boulevard Jacksonville FL
Zip Code: 32207-8175
Country: US
 
Record
SN00593841-W 20040529/040527212347 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.