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 -- A-E Services for an Indefinite Delivery Contract with the U.S. Army Corps of Engineers, Mobile Dist., South Atlantic Div. in Support of the Floodplain Management & Hurricane Preparedness Studies for the Mobile District Planning Div.

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-0030
 
Response Due
12/8/2005
 
Archive Date
2/6/2006
 
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. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract with the U.S. Army Corps of Engineers, Mobile District, South Atlantic Division in Support of the Floodplain Management & Hurricane Preparedness Studies for the Mobile District Planning Division. This announcement is open to all businesses regardless of s ize. The contract will be awarded for a term not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $3,000,000 over the three-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation meaning more than one contractor can be selected. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professi onal 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 contract 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 50.9% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesses (SDB), 7 .2% be placed with women-owned small businesses (WOSB), 2.9% be placed with HUB Zone small business, and 0.5% be placed with Service-Disabled Veteran-Owned Small Business. The subcontracting plan is not required with this submittal. The North American Indu stry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The contract will primarily be used for coordination, organization, development, and reproduction of studies and reports pertaining to floodplain management and hurric ane preparedness studies such as, but not limited to floodplain management studies, hydrologic and hydraulic analysis, hazard analysis, vulnerability analysis, coastal evacuation planning, shelter analysis, map preparation, geographic information system ca pabilities, traffic and transportation planning, behavioral and psychological analysis, computer modeling, graphic arts, public involvement, post-storm assessments, data collection and report writing. The work will be primarily within the South Atlantic Di vision, but may include work along the Eastern and Gulf Coasts of the United States as well as islands of US interest. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E thru H are secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the fol lowing disciplines, with registration required where applicable: (1) Registered Professional Engineer in a supervisory position; (2) Civil Engineer; (3) Transportation Engineer or Planner; (4) Behavioral Analyst; (5) GIS Specialists with programming capabi lity. Evaluation of each discipline will consider education, registration, and relevant experience. Resumes must be provided for these disciplines, including co nsultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. Additional evaluation factors are provided in order of importance. B. Specialized experience and technical competence in: (1) Experie nce in preparing disaster evacuation and preparedness studies; (2) Experience in evacuation traffic computer modeling that results in clearance times for evacuation (Note: an explanation of how your computer model works, input required, format, variables u sed, the output results of the model, GIS software connectivity, ease of updating, and estimated accuracy of the model in terms of clearance time, will be very important. This item should be explained in laymen's terms in no more than two paragraphs and in cluded in Section H); (3) Perform human behavioral surveys and statistically analyze how evacuees will react during an evacuation; (4) GIS capabilities in ArcView and ArcGIS format. In Block H of the SF 330 describe the firm's quality management plan, incl uding the team's organization with an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants; C. Ability to run the SLOSH model for hypothetical storms. D. Capacity to Accomplish the Work: The capacity to accomplish at least four (4) $100,000 individual task orders simultaneously, providing high quality products in short timeframes is extremely important. E. Geographic Location: Geographic location with respect to the East Coast and Gulf Coast. F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority inst itutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound pap er copy of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from t he Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obta in a DUNS number 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 Dun and Bradstreet office should be contacted. A maximum of ten (10) projects includ ing the prime and consultants, will be reviewed in PART I, Section F. Use no more than one page per project. When listing 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 Block G-26, along with the name, include the firm the person is associated. PART I OF THE SF330 SHALL NOT EXCEED 50 PAGES. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 in ches by 11 inches. 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 inch sheet is used it shall be neatly folded to 8-1/2 in ches 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 50 page maximum for PART I. A Part II is required for each branch office of the Prime F irm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later than 3:00 P.M. Central Time on 08 December 2 005. 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 after 3:00 P.M. Central Time on the closing date specified in this a nnouncement. 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 or about 12 December 2005. As required by acquisition regulations, interviews for th e purpose of discussing prospective contractors qualifications for the contract will be conducted 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 solicitation 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
SN00924531-W 20051103/051101212100 (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.