Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2005 FBO #1465
SOURCES SOUGHT

C -- REGIONAL INDEFINITE DELIVERY CONTRACT(S) FOR STRUCTURAL, CIVIL, GEOTECHNICAL, HYDRAULIC, MECHANICAL, AND ELECTRICAL ENGINEERING FOR THE ST. PAUL, ST. LOUIS, AND ROCK ISLAND DISTRICTS OF THE CORPS OF ENGINEERS

Notice Date
11/28/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-06-R-0005
 
Response Due
12/29/2005
 
Archive Date
2/27/2006
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for an Indefinite Delivery Contract (IDC) to provide for the primary disciplines of Structural, Civil, Geotechnical, Hydraulic, Mechanical and Electrical engineering (each of equal priority); additional disciplines are Architectu re, Landscape Architecture, Cost Engineering and Specification Writing. It is anticipated that this contract will be awarded by June 2006. This announcement may result in multiple awards and is open to all businesses regardless of size. All interested A -E firms 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 target subcontracting goals for this contract are as follows: a minimum of 51.2% of the contractors intended subcontract amount be placed with small businesses, 8.8% be placed with small disadvantaged businesses, 7.3% be placed with women-owned small businesses, 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 firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiations. If the selected firm intends to submit a pla n with lesser goals, it must submit written rationale in the plan as to why the above goals cannot be met. The North American Industry Classification System code for this action is 541330 and the small business size standard is $4 million in average annua l receipts. This contract will have a base period not to exceed one year with two (2) one-year option periods, for a total IDC value not to exceed $3,000,000. Work under this contract is subject to satisfactory negotiation of individual task orders. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted. Work will be ordered by negotiated firm-fixed price task orders. The District currently has, and may award in the future, IDC contr acts to perform work that may also be encompassed by this announcement; the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: Performance, capacity to accomplish the task order in t he required time, specialized experience, and the equitable distribution of work. If more than one firm is selected, the top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second contract, and so on. If necessa ry, secondary selection criteria will be used as a tie breaker between firms considered as technically equal. 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 Depa rtment of Labor under the Service Contract Act. As determined by the employees office location (not the location of the work). 2. PROJECT INFORMATION: A-E services are required for various civil works projects, military funded projects, and support for other agencies. Typical projects may involve locks, guidewalls, pumping stations, large steel structures such as lock lift or miter gates, dam tainter gates or railroad or road closure gates, dams, local flood protection projects, and recreation projects . Design work may include geotechnical investigations and design, hydraulic design, interior flood control, foundation design, steel and concrete design, utili ties, bridge inspections, hydraulic steel structure inspections and analysis, structural, mechanical, electrical, and architectural design for buildings, pumping systems, hoists, gate de-icing systems, electrical power distribution, electrical controls (to include PLC systems), and communication systems, and surveying and mapping services. The services are primarily within the St. Paul, Rock Island and St. Louis Districts boundaries (all or portions of MN, ND, SD, WI, IL, MO and IA). However, individual task orders may be for work within the Continental United States (CONUS). Services provided under this contract will include, but are not limited to (1) Preparation of preliminary and final designs; (2) Preparation of drawings using computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in Bentleys MicroStation software, release 8.x or higher, Microsoft Windows electronic format. The selected firm must be able to develop civil, structural, mechanical, electrical and archi tectural three-dimensional models with the capability of displaying the models on two-dimensional drawings. Drawings must be in compliance with A/E/C CADD Standards. Drawings must be delivered in CALS format with the possibility of transitioning to PDF f ormat. The SF 330 submitted by the contractor shall clearly delineate the type of CADD equipment hardware and software intended for use on this contract, the years of operating experience by the appropriate personnel using the CADD system, and the convers ion/translation methods to be used. The contractor shall provide references to other projects that they have completed using the stated CADD system. The government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The target platform is a personal computer, with a Microsoft Windows operating system; Preparation of quantity take-offs and MCACES cost estimates using MII Version 2.2 soft ware; Preparation of electronic files, which includes drawings in CALS and/or PDF format and specifications in PDF format for submission in FedTeDS. A metadata file compliant with the Federal Geographic Data Committee (FGDC) Content Standards for Digital Geospatial Metadata will accompany all geospatial deliverables. The COE will provide a Metadata generation package (CORPSMET) to generate these files upon request by the Contractor. All GIS data (including geospatial data acquisition and map development for use in a GIS) shall conform to the most current release of the SDSFIE. The CADD/GIS Technology Center offers CADD, GIS and FM standards. These products are available at the Center's Internet site at the following address: http://tsc.wes.army.mil/. ( 3) Construction engineering services including shop drawing review, contract modifications, engineering advice during construction, field inspection and operation and maintenance manuals; (4) Alternative assessments, NEPA documentation, formulation and eva luation; (5) Inspection, evaluation, and reports on completed projects. Use of the metric system of measurement may be required for some deliverables under the proposed contract. However, metric system experience is not a selection criterion. Rates will be negotiated for each 12-month period of the contract at the time of the original award. 3. SELECTION CRITERIA: The specific selection criteria (A through E are primary and F and G are secondary and will only be used as tie-breakers) in descending ord er of importance are as follows and must be documented with resumes in the SF330. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following registered professionals: (1) Structural; (2) Geotechnic al; (3) Civil; (4) Hydraulic; (5) Mechanical; (6) Electrical; (7) Cost and Specification Engineers; (8) Architects; and (9) Landscape Architects. Evaluation wi ll consider education, training, registration, overall and relevant experience and longevity with the firm of key personnel. Resumes contained in Standard Form (SF) 330, Part I, Section E, Page 3 shall be completed for each discipline. B. Specialized Ex perience and Technical Competence: (1) Corps civil works engineering and architectural design, for large and small projects; (2) Preparation of Corps civil works contract plans and specifications; (3) Preparation of engineering planning reports such as r econnaissance, feasibility, general reevaluation and design documentation reports; (4) Ability to deliver CADD files in the Bentley Microstation format; (5) NISA analysis for concrete; (6) Quality management procedures to include Quality Control Plans; (7) Effectiveness of the project team including management structure; coordination of disciplines, subcontractors and prior working relationships; (8) Construction cost estimation and preparation of estimates using the most current MII version of MCACES; (9) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (10) Constructability or construction experience. C. Capacity to complete the work in the required time. (1) Abilit y to meet overall project schedules and certain phase schedules; (2) Ability to accomplish multiple task orders simultaneously in a one-year contract period for delivery of a quality product on a timely schedule, and capacity to perform up to $3,000,000 i n work of the required type in a single contract period or over the life of the contract. The evaluation will consider the availability of an adequate number of key personnel, equipment availability and the extent of in-house facilities, verses subcontrac ting needs. D. Past performance on DOD and other contracts with respect to quality of work, cost control and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the S F330 with respect to cost control, quality of work and compliance with performance schedules. E. Knowledge of the region, including cold climate engineering, design and construction. F. Extent of participation of SB, SDB, WOSB, Historically Black Colle ges and Universities, and Minority Institutions in the proposed contract team, measured as a percentage of the estimated subcontracting effort. G. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distri bution of DoD A-E contracts among qualified firms, including SB and SDB. Volume of work for the St. Paul, St. Louis and Rock Island Districts will also be considered under this factor. The last two factors will only be applied as tie-breakers, if needed, among the technically most qualified firms. 4. SUBMISSION REQUIREMENTS: a. Interested firms having the capabilities to perform this work must submit three copies of their SF330, each containing Parts I and II of the SF330 information to the address bel ow not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Each copy shall be divided by tabs (di viders) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). b. Include the firms ACASS number on the SF330, Part 1, and Block B. On the SF330, Part 1, Block C, provide the ACASS number for each subcontractor or consultant, if available. If a firm does not have an ACASS number, it can be obtained from the Portland District, Corps of Engineers ACASS database by calling (503) 808-4590. c. SF330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1  Management Plan  Include the information requeste d in Paragraph 3c above. (2) Item 2  Capacity to complete the work. Reference Paragraph 3c above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past ex perience in meeting tight design schedules. (3) Item 3  Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and if appropriate, HBCU/MIs, measured as a percentage of the total estimated subcontracting effort compared to the goals identified in Par agraph 1 above. (4) Item 4  Volume of DoD contract actions issued within the last 12 months  Reference Paragraph 3g above. Provide a complete listing of all DoD projects designed within the last 12 months. This listing shall include all DoD projects p erformed within the last 12 months, no matter what stage of design or the extent of design effort required. D. The SF330 shall have a page limit of 150 pages, and will have a limit of twelve projects illustrating specialized experience. A page is one si de of an 8 ? x 11 sheet. If a fold-out is used, each sheet of a fold-out shall count as a minimum of 2 pages. Font size shall not be less than 10 font and margins shall not be less than one inch. e. In order to comply with the Debt Collection Improveme nt Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov or through CCR Assistance Center (C CRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711. f. Mail your firms submission of the SF330 to: US Army Corps of Engineers, St. Paul District, 190 5th Street East, Suite 401, St. Paul, Minnesota 55101, ATTN: Dawn Linder, Solicitation Number W912ES-06-R-0005. Ms. Linder can be reached at 651-290-5407 or via Internet at Dawn.M.Linder@usa ce.army.mil. Solicitation packages are not provided. This is not a Request for Proposal. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Please check for updates to this announcement after the pub lication date.
 
Place of Performance
Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN00938387-W 20051130/051128211951 (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.