Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

C -- A-E INDEFINITE DELIVERY CONTRACT FOR STRUCTURAL, CIVIL, GEOTECHNICAL, HYDRAULIC, MECHANICAL AND ELECTRICAL ENGINEERING FOR THE ST. PAUL DISTRICT, CORPS OF ENGINEERS

Notice Date
5/10/2006
 
Notice Type
Solicitation Notice
 
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-0013
 
Response Due
6/26/2006
 
Archive Date
8/25/2006
 
Small Business Set-Aside
8a Competitive
 
Description
1. CONTRACT INFORMATION: 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 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 Architecture , Landscape Architecture, Cost Engineering and Specification Writing. It is anticipated that this contract will be awarded by September 2006. This acquisition is a 100% set aside for 8(a) firms. The North American Industry Classification System Code is 541330 and the small business size standard is $4.5 million in average annual receipts. This contract will have a base period not to exceed one year and four option periods not to exceed one year each. Projects will be awarded by individual task orders no t exceeding $200,000 and a total IDC value not to exceed $1,000,000 over the life of the contract. Work under this contract is subject to satisfactory negotiation of individual task orders. An option period may be exercised when the contract amount for th e base period or preceding option period has been exhausted. Work will be issued by negotiated firm-fixed price task orders. The District currently has, and may award in the future, IDC contracts to perform work that may also be encompassed by this announc ement; 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 the required time, specialized experience, and the equitable distr ibution of work. 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. The wages and benefits of service employees (see FAR 22.10) p erforming under this contract must be at least equal to those determined by the Department 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 r equired 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, railroad or ro ad 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; utilities; bridge insp ections; 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 Programm able Logic Controller (PLC) systems)and communication systems; and surveying and mapping services. The services are primarily within the St. Paul District boundaries (all or portions of MN, ND, SD, WI , and IA). However, individual task orders may be for w ork 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 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 architectural three-dimensional mo dels 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 delive red in CALS format with the possibility of transitioning to PDF format. 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 conversion/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 p roduct 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; (3) Preparation of quanti ty take-offs and MCACES cost estimates using MII Version 2.2 software; (4) Preparation of electronic files, which includes drawings in CALS and/or PDF format and specifications in PDF format. (5) A metadata file compliant with the Federal Geographic Data C ommittee (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 ge ospatial 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 fo llowing address: http://tsc.wes.army.mil/. (6) Construction engineering services including shop drawing review, contract modifications, engineering advice during construction, field inspection and operation and maintenance manuals; (7) Alternative assess ments, NEPA documentation, formulation and evaluation; (8) 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 experien ce 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 is secondary and will only be us ed as a tie-breaker) in descending order 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 profess ionals: (1) Structural; (2) Geotechnical; (3) Civil; (4) Hydraulic; (5) Mechanical; (6) Electrical; (7) Cost and Specification Engineers; (8) Architects; and (9) Landscape Architects. Evaluation will 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 Experience and Technical Competence: (1) Corps civil works e ngineering 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 reconnaissance, 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 str ucture; 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) Constructability or construction experience. C. Capacity to complete the work in the required time. (1) Ability to meet overall project schedules and certain phase schedules; (2) Ability to accomplish multiple task o rders simultaneously in a one-year contract period for delivery of a quality product on a timely schedule, and capacity to perform up to $1,000,000 in work of the required type in a single contract period or over the life of the contract. The evaluation w ill consider the availability of an adequate number of key personnel, equipment availability and the extent of in-house facilities, verses subcontracting needs. D. Past performance on DOD and other contracts with respect to quality of work, cost control a nd compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF330 with respect to cost control, quality of work and compliance with performance schedules. E. Knowledge o f the region, including cold climate engineering, design and construction; F. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. Volume of work for the St. Paul District 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 t o perform this work must submit three copies of their SF330, each containing Parts I and II of the SF330 information to the address below not later than the close of business on the 45th day after the date of this announcement. If the 45th day is a Saturd ay, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Sub sequent Sections are as defined in the SF330 Instructions). b. Include the firms DUNS number on the SF330, Part 1, and Block B. On the SF330, Part 1, Block C, provide the DUNS number for each subcontractor or consultant, if available. c. SF330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1  Management Plan  Include the information requested 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 experience in meeting tight design schedules. (3) Item 4  Volume of DoD contract actions issued within the last 1 2 months  Reference Paragraph 3f above. d. The SF330 shall have a page limit of 140 pages, and will have a limit of ten projects illustrating specialized experience. A page is one side of an 8 ? x 11 sheet. If a fold-out is used, each sheet of a fold-o ut shall count as a minimum of 2 pages. e. In order to comply with the Debt Collection 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 on line at www.ccr.gov or through CCR Assistance 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 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 o ther 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-0013. Ms. Linder can be reached at 651-290-5407 or via Internet at dawn.m.linder@usace.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 publication 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
SN01045601-W 20060512/060510221040 (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  © 1994-2020, Loren Data Corp.