Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2005 FBO #1438
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for A-E Services to Support the Construction Management Activities for the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers

Notice Date
11/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-06-R-0031
 
Response Due
12/1/2005
 
Archive Date
1/30/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. JOHN D. HIGBY, JR. SUBMIT QUESTIONS TO FAX 251 694-3626. A-E services are required for an Indefinite Delivery Contract to Support the Const ruction Management Activities for the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers. This announcement will result with at least four (4) awards being made on a combination of 8(a) competitive and unrestricted basis. The unrest ricted basis is open to all interested parties regardless of business size. The small business size standard is a maximum of $4 million of average annual receipts for its preceding 3 fiscal years. All firms responding to this solicitation MUST identify in which category. Firms should state the words (UNRESTRICTED) or (8A) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. It is the intent of the Government to award three (3) contracts from the unrestricted A/E selection and one award from the competitive 8 (a) A/E selection. Only firms considered highly qualified will be awarded a contract. No firm will receive more than one award. All three unrestricted awards will not exceed a term of three years. The competitive 8 (a) award will not exceed a term of five years. Rates will be negotiated for each 12 month period of the contract. Work under these four (4) contracts will be subject to satisfactory negotiation of individual task orders with total value of each not to exceed $6,000.000. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the con tract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 51.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesses (SDB), 7.3% be placed with women-owned small businesses (WOS B), 3.1% be placed with HUB Zone small business, and 1.5% be placed with Service-Disabled Veteran-Owned Small Business. If a large business is selected for this contract, the firm will be required to submit a detailed subcontracting plan during contract ne gotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (N AICS) code for this action is 541330. PROJECT INFORMATION: The selected firm will be required to perform a broad range of engineering services to satisfy fluctuating needs and conditions. Services required include assistance and guidance to Field Offices , and site visits. The majority of the work will be located in the southeastern United States; however, work may be located in any of the fifty (50) states, South or Central America, Puerto Rico, the U.S. Virgin Islands, and other locations as may be assig ned to the Mobile District and South Atlantic Division. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first b y major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E thru G are secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-ho use or through consultants, the following disciplines: (1) Project Manager; (2) Architecture; (3) Civil Engineering; (4) Mechanical Engineering; (5) Electrical Engineering; (6) Structural Engineering; (7) Cost Estimating; (8) Construction Inspectors in (a) civil; (b) electrical; (c) mechanical; (d) structural. Evaluation of each discipline will consider education, registration, relevant experience, and longevity with the firm. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. In supporting work in Central and South America, Spanish speaking individuals in critical disciplines are desirable. B. Specializ ed Experience and Technical Competence in: (1) Biddability and constructibility reviews; (2) Preparation of contract related documents and analysis, such as construction cost estimates, delay impact analysis, claims and change order analysis; (3) Review of contractor submittals; (4) Shop drawing reviews; (5) Construction inspection; (6) Quality Assurance (QA) activities in connection to emergency response. Examples of QA activities might include, but not be limited to those associated with a natural disast er such as debris removal, temporary housing, and/or temporary roofing missions. In Block H of the SF 330 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, cost control, and coor dination of the in-house work with consultants. C. Capacity to Accomplish the Work: The capacity to field up to three (3) Construction Inspectors concurrently. D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to c ost control, quality of work, and compliance with performance schedules. E. Geographic Location: Geographic location with respect to the region under consideration. F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participatio n: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estim ated effort. G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) complet ed and bound, paper copy of their SF 330 (Architect-Engineer Qualifications) for each category, (UNRESTRICTED or 8A) for which they wish consideration to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Ms Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Submittals must b e received no later than 3:00 P.M. Central Time on 01 December 2005. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received afte r 3:00 P.M. Central Time on the closing date specified in this announcement. Include DUNS number in SF330 PART I, Section B, of Block 5. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS numb er by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Du n and Bradstreet office should be contacted. PART I of the SF330 shall not exceed 55 pages. A maximum of ten (10) projects including the prime and consultants, will be reviewed in PART I, Section F. Use no more than one page per project. Pages shall be 8-1 /2 inches by 11 inches. All fonts shall be at least 10 pitch or larger. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inc h sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count in the 55 page maximum for PART I. When l isting projects in PART I, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. In Section G Block 26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 05 December 2005. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors qualifications for the contract will be conducte d only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicita tion are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00924530-W 20051103/051101212059 (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.