Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2006 FBO #1567
SOLICITATION NOTICE

C -- A-E Services, Various Locations In The Corps' North Atlantic Division (ME, NH, VT, MA, CT, RI, NY, PA, NJ, DE, MD, VA, WV, And The District Of Columbia [Primarily In The New England District (NAE) Mission Areas (ME, MA, CT, RI, NH, And VT)])

Notice Date
3/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-06-R-0007
 
Response Due
4/10/2006
 
Archive Date
6/9/2006
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: Indefinite Delivery/Indefinite Quantity Contract (IDIQ) that will provide for the capability to issue a series of task orders. Work will primarily be performed within the boundaries of the New England District, but work may also be required within the boundaries on the North Atlantic Division. The contract will have one twelve-month base period and two twelve-month option periods. The contract will not exceed a term of three years or a maximum of $1,500,000 over a three-yea r period. The Government may award a second contract in response to this announcement at any time up until one year from the closing date of this announcement. In the event of overlapping Indefinite Delivery Type contracts, task orders will be assigned by the New England District as equitably as possible based on the decision of the Contracting Officer regarding the experience of the contractor with the specific requirements of the work to be performed, previous performance of the contractor, and the capaci ty of the contractor to perform the work. The base period's minimum guarantee amount is two percent of the dollar amount for the base period and each option period's minimum guarantee amount is one percent of the dollar amount for each respective option p eriod. This announcement is restricted to small businesses. Small businesses for this contract action are defined under the North American Industry Classification Code (NAICS) of 541330, which specifies that the firms have no more than $4,500,000 in averag e annual receipts over the past 3 fiscal years. The wages and benefits of service employees (see FAR Subpart 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. Award o f contract to the subsequently selected firm is anticipated in June or July, 2006. This contract 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 compet ence and qualifications for the required work. 2. PROJECT INFORMATION: Different engineering and surveying assignments at various locations in the Corps' New England District, which could include various design and/or construction services requiring registered professional civil, mechanical, electrical , environmental, & structural engineers; licensed land surveyors; and registered professional architects. Work may involve any of the above-stated disciplines and others as specifically required by the project's Statement of Work (particularly Landscape A rchitecture, Cost Engineering, and Specification Writing). Any other disciplines required will be handled on a project-by-project basis, perhaps as a consultant. 3. SELECTION CRITERIA: The selection criteria are listed below. Factors are listed in descending order of importance, while subfactors are of equal importance. Criteria a)-g) are primary factors. Criteria h)-j) are secondary factors and will only be us ed as 'tie-breakers' among firms that are essentially technically equal. (a) Firms must demonstrate Specialized Experience and Technical Competence in the following fields (FAR 36.602-1(a)(2)): 1.General studies/designs/construction services experience. 2 . Study/design experience utilizing Architecture 3. Study/design experience utilizing Structural Engineering 4.Study/design experience utilizing Civil Engineering 5. Study/design experience utilizing Electrical Engineering 6. Study/design experience utiliz ing Mechanical Engineering 7. Experience in providing Surveying & Mapping services 8.Experience in Hydraulics & Hydrology 9.Experience in Environmental Engineering 10.Experience with Landscape Architecture 11. Experience with Cost Engineering. (b) Profess ional Qualifications (FAR 36.602-1(a)(l)). The firm must have on its staff (or provide through a consultant[s]) registered professional engineers with demonstrated expertise in all those disciplines l isted above. The firm must also have on staff (or provide through a consultant[s]) personnel with professional engineering registration and licensed land surveyors in all six New England District states (ME, NH, VT, MA, CT, and RI). The firm must also incl ude a statement that they have the ability to obtain Professional Engineer registration and/or Land Surveyor licensure in all other NAD mission areas (NY, PA, NJ, DE, MD, VA, WV, and the District of Columbia) in a timely manner if required. Firms not demon strating these requirements will be considered unqualified. (c) Past Performance (FAR 36.602-1(a)(4)). The firm must possess a good record of past performance on contracts with respect to cost control, quality of work, and compliance with performance sche dules. (d) Capacity (FAR 36.602-1(a)(3)). The firm must have the capacity to accomplish the work in the required time. (e) Firms must demonstrate previous experience in preparing construction cost estimates with the Micro Computer Aided Cost Estimating S ystem (MCACES) and Life Cycle Cost Analysis methodology. The firm shall also demonstrate experience in the development of construction contingencies based upon the knowledge of Risk Analysis and level of design detail. (f) Firms should have capability to provide all deliverables in Microstation version 7 format or later. The Government will only accept this format, without conversion or reformatting, in the target CADD software format and on the target platform specified herein. The target platform is a PC /Workstation with an Intel compatible central processing unit and a Windows 2000 operating system. Advanced software application files used for civil design and drawings shall be delivered in formats compatible with INROADS (Bentley Civil Engineering). All delivered CADD files shall be in compliance with A/E/C CADD Standard Release 2.0. (g) Firms must demonstrate knowledge of preparing specifications for construction contracts using a personal computer based software package. All specifications for Corps o f Engineer (COE) contracts will be prepared using Unified Federal Guide Specifications and SPECSINTACT. (h) SB and SDB Participation (DFARS 236.602-1 (a)(6)(C)). The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) 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. (i) Geographic Proximity (FAR 36.602-1(a)(5)). Proximity is simply the physical location of a firm in relation to the location of a project, and has very little to do with the technical ability of a firm to perform the project. Hence, proxi mity should normally only be used as a selection criterion for small or routine projects or IDIQ contracts in support of a specific installation(s). It will have very little bearing on this selection. (j) Volume of DoD Contract Awards (DFARS 236.602-1 (a)( 6)(A)). DoD A-E contract awards can be obtained from the Architect-Engineer Contract Administration Support System (ACASS), and verified and updated during the interviews with the most highly qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms being able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant. Please note that a separate Par t II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: David Dilks, 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 the next business day. Include the firm's DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1. Block C, provide the DUNS number for each consultant. Please submit three copies of all submissions. The SF 330, Part I, shall have a page limit o f 50 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch (for any additional pages). The New England District does not retain SF 330 Part lls on file. In order to comply with the Debt C ollection Improvement 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 online at www.ccr.gov or through CCR Ass istance Center (CCRAC) 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 ha ve 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 or other entities, call Dunn and Bradstreet at 1-866-705-5711. Facsimile transmissions w ill not be accepted. Solicitation packages are not provided. This is not a request for proposal. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However , questions may be directed to the point of contact for this announcement.
 
Place of Performance
Address: US Army Engineer District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
Country: US
 
Record
SN01004361-W 20060312/060310212640 (fbodaily.com)
 
Source
FedBizOpps 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.