Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2004 FBO #1004
SOLICITATION NOTICE

C -- Indefinite Delivery Contract C-200 (NYD) Design services and Geophysical investigation services for Primarily Navigation projects, primarily within New York District's Boundaries and other Corps of Engineers locations within NAD/MSC Boundarie s

Notice Date
8/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
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-04-237-0007
 
Response Due
9/24/2004
 
Archive Date
11/23/2004
 
Point of Contact
renee.george, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(renee.george@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the EFARS Sub-Part 19.5, Set-Asides for Small Business. The North American Industry Classification System (NAICS) Code is 541330. Size standard is $4.0 Million Dollars. The number one (1) ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of design services and geophysical investigation services for Primarily Navigation projects primarily within New York District's Boundaries and other Corps of Engineers locations within NAD/MSC Boundaries. One (1) A/E firm will be selected from this announcement. One (1) indefinite delivery contract will be negotiated and awarded. The contract length is a maximum of 36-months and will not include option periods. The contract amount will not exceed $ 3,000,000. The Governments obligation is to guarantee a minimum amount of payment of $ 35,000 for the contract. Task orders will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. Labor rates of each discipline, overhead rates and escalation factors for each calendar year will be negotiated. Escalation factors will be negotiated and applied to the 2nd and 3rd calendar years of the contract. The approximate award date of this contract is February 2005. The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determined by the Department of L abor under the Service Contract Act, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Preparation of studies, reports and design documents related to geophysical investigations for Water Resource Projects, primarily navigation projects. The project area is primarily within the New York District boundaries and other Corps of Engineers locat ions within NAD/MSCboundaries. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Primary Selection criteria: a. Specialized experience and technical competence: 1. Demonstrated understanding of wave theory and geophysical processing techniques. 2. Experience and knowledge of various geophysical exploration methods including Seismic Reflection, Seismic Refraction, Sub-Bottom Profiling, Side Scan Radar, Resistivity, Hydrographic Surveys and Magnetics. 3. Demonstrated ability to orally present results and electronically document maps, seismic sections, and other geophysical data using state of the art computer techniques. 4. Demonstrated experience of designing and reviewing blast plans and blast monitoring programs. 5. Working knowledge of geophysical methods suitable for identifying underground and underwater utilities (pipelines) or other structures as well as the ability to image them in detailed profiles, cross-sections and location maps. 6. Demonstrated capabilities within the team to perform subsurface investigations, remote sensing, knowledge of underwater drilling, blasting, and mechanical removal of rock (blasted and un-blasted), dredged material disposal site investigations, sitting a nalysis, dredgability of material and design of marine structures. 7. Demonstrated ability to integrate various geophysical, hydrographic and geological data to create profiles, cross-sections and maps of bedrock structure and sediment thickne ss (isopach) in a marine environment. 8. Demonstrated knowledge of the detailed geology (Stratigraphy and Petrology) of the New York Metropolitan Area with specific emphasis on the sediments and rocks that occur along the navigation channels in the Port of New York and New Jersey. 9. Ability to accurately log (SPT) and classify soils using the Unified Soil Classification in association with the Burmister method to quantify minor components. 10. Ability to describe the lithology of core samples in detail and to document factors (i.e. fractures) that may determine if a rock formation is dredgable without blasting or pre-treatment. 11. Proven ability to supervise drill crew in acquiring standard penetration test data (SPT Borings) in a marine environment. 12. Demonstrated experience in determining the dredgability of material based on geophysical and geological properties. 13. Demonstrated experience in quantifying dredge material based on disposal criteria. 14. Demonstrated experience in Civil Works procedures including Feasibility studies, design documents of deep draft and shallow draft navigation projects, and preparation of Plan and Specifications and Construction Services for deep draft and shallow draft projects. 15. Demonstrated experience in channel design 16. Demonstrated experience of removal and replacement of existing utilities located in channels to include direct drilling. 17. Demonstrated experience in the design and analysis of marine structures. 18. Indicate ability to use Dr. Checks review system. 19. Production of drawings (CADD) to be accomplished in the latest versions of Microstation and/or AutoCAD. 20. Produce quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of the prime firm and any significant subcontractors on similar projects. 21. Preparation of Specifications and design analyses using the latest version of MS Word. 22. Plans and Specifications in Electronic Bid Solicitation (EBS) format. 23. Provide specification sections in Portable Document Format, (.pdf) 24. Provide Contract Design files in Continuous Acquisition and Life-Cycle Support format, (.cal) b. Qualified personnel in the following key disciplines: 1. Project Manager 2. Civil Engineer 3. Structural Engineer 4. Geotechnical Engineer 5. Geologist 6. Geophysicist 7. Land Surveyors 8. Hydrographic Surveyors 9. Technical Writer 10. Draftsperson/CADD Operator 11. GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. Senior project personnel are required to be licensed/registered. c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined by ACASS and other sources. d. Capacity to perform approximately $ 1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. e. Knowledge of the locality in the general geographical area of the NY District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. Secondary Selection criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract t eam, measured as a percentage of the total estimated effort. g. Geographic Proximity to NY District boundaries. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZO NE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web-site: http: //www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 The forms can be downloaded into a .pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330 Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages. Supplemental information on the SF330 are posted on the NY District USACE Intranet website: https://intranet.nan.usace.army.mil/ Submit the completed SF330s to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037. Attn: Ms. Maureen Smith, CENAN EN M. 212-264-9104. Submittals will not be accepted after 5:00 pm on the original response date show n in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the SF330 will not be accepted. For technical questions regarding this contract, contact Jamal Sulayman at 212-264-9080. If a Pre-Selection meeting is required, notifications will not be sent after approval of the Pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with EFAR 36.607
 
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
SN00650698-W 20040826/040825042612 (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.