Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) ARCHITECT-ENGINEERING CONTRACT FOR MISCELLANEOUS DESIGN SUPPORT SERVICES (CONTRACT NOS. 1, 2,3 AND 4)

Notice Date
9/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-05-A-0004
 
Response Due
10/28/2005
 
Archive Date
12/27/2005
 
Small Business Set-Aside
N/A
 
Description
Description of Work: INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) ARCHITECT-ENGINEERING CONTRACT FOR MISCELLANEOUS DESIGN SUPPORT SERVICES PRIMARILY WITHIN THE VICKSBURG DISTRICT, VICKSBURG, MISSISSIPPI BUT MAY BE WITHIN THE MISSISSIPPI VALLEY DIVI SION OR OTHER MISSIONS OF THE VICKSBURG DISTRICT OF THE U.S.ARMY CORPS OF ENGINEERS (CONTRACT NOS. 1, 2, 3 AND 4). 1. CONTRACT INFORMATION: POC is Jennifer Chambers, 601 631-5562. SF 330's are due by Close of Business on October 28, 2005. Up to four indef inite delivery contracts will 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. The contract base period will be 365 days from the date of contract awa rd or exhaustion of the contract value of $3.0 million, whichever comes first. The period of any option will be 365 days from the date the Contracting Officer signs the exercise of the option or until exhaustion of the contract value of the option or unti l exhaustion of the contract value of $3.0 million, whichever comes first. The cumulative total of Task Orders issued over the life of the contract shall not exceed $3.0 million. Work will be issued by negotiated firm-fixed price task orders. Tasks will be divided based on specialized experience, past performance, project schedules and/or current A-E workload. It is anticipated that the estimated workload for each performance period will be $1.0 million. Contract award is anticipated in MAR 06. This annou ncement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. Effective 14 June 1999 the small business size standard for A-E s ervices (NAICS Code 541330) is $4.0 million. Subcontracting intentions are outlined in the SF 330. 2. PROJECT INFORMATION: The work consists of professional services for miscellaneous design of items which are part of major civil design projects being acco mplished primarily within the Vicksburg District, but may be within the Mississippi Valley Division and other areas as needed to support the mission of the US Army Corps of Engineers. Work may be comprised of civil, structural, hydraulic, hydrologic, geote chnical, environmental, sanitary, 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, co ntract drawings, and design analyses. 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 fir m (either in-house or through association with a qualified consultant) must: (a) demonstrate design experience in civil, structural, geotechnical, hydraulic, hydrologic, sanitary, mechanical and electrical engineering and surveying and mapping, CADD, archi tecture, and cost estimating; (b) demonstrate capability and experience in design of channels, levees, weirs, channel stabilization, grade control structure projects, drainage structures (pipes and culvert) flood control structure projects (small gated dam s and pump stations and multipurpose buildings; (c) employ qualified registered professional personnel in the following key disciplines: civil, structural, geotechnical, hydraulic, sanitary, mechanical and electrical engineering, surveying, soil sampling a nd laboratory testing and architecture; (d) 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 comp atible 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 i mportance (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 ex perience and technical competence of the firm and consultants in the work described above in pre-selection item b. List no more than 10 projects that best illustrate current qualifications and relevant projects. (B) Professional qualifications: The firm mu st 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 per sonnel 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 Considerati on will also be given to firms that have above-average performance on the type of work described in pre-selection criteria b. (D) Capacity to perform multiple projects simultaneously and complete work in a timely manner. (E) Knowledge of the locality. (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 a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. (G), DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. (H) Geogr aphic 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 SF 330 as well as each consultants SF 330 to U.S. Army Engin eer District, Vicksburg, ATTN: A-E Services (CEMVK-ED-CE) 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Include ACASS number. For ACASS information call 503-808-4592. Note the following restrictions on submittalResumes of key persons, specialists a nd individual consultants anticipated for this contract will be limited to a maximum of 20 pages. Additional information will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluations. *** VISIT S FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED ***. This is not a Request for Proposal. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to subm it a Subcontracting Plan in accordance with FAR 19.702, to Mrs. Shirley Reed, Small and Disadvantaged Business Utilization Specialist, (601) 631-5347. **** NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database, for info rmation see http://www.ccr2000.com. This announcement is open to all businesses regardless of size.
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00905824-W 20050930/050928212028 (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.