Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2006 FBO #1677
SOLICITATION NOTICE

C -- A-E Services for an Indefinite Delivery Contract for preparation of studies and designs at various locations as directed by Norfolk District, Corps of Engineers. Majority of the work will be for SDDCTEA.

Notice Date
6/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W9123606R0032
 
Response Due
7/27/2006
 
Archive Date
9/25/2006
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: A-E design services are expected to be required for a variety of projects including traffic engineering studies, computer modeling of military transportation systems, and GIS and outloading studies at various military facilities . One or more Indefinite Delivery Contracts (IDC) will be negotiated and awarded for a period of up to three years. The cumulative value of all task orders for the three year period will not exceed $ 3,000,000. PROJECT INFORMATION: A-E services are expected to be required for field investigation, project programming documents, feasibility and life cycle cost studies, traffic studies, computer modeling including application and expansion of IRRIS, and GIS investig ations. 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-d are primary. Criteria e through g are secondary and will only be used as a tie-breaker a mong firms that are essentially technically equal. SPECIALIZED EXPERIENCE 1) Demonstrated experience by the prime firm and its consultants in traffic engineering, computer modeling, and GIS investigations in DOD projects. 2) Demonstrated experience by the prime firm and its consultants in traffic engineering, computer modelin g, and GIS investigations in private sector and other government agencies projects. 3) Demonstrated experience by the prime firm and its consultants in traffic engineering, computer modeling, and GIS investigations working with other engineers/architects . 4) Computer resources - firms must indicate in Block H of the SF 330 the following items: a) accessibility to and familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specification system, the MCACES cost estimating system, and the DRCHECKS review management system; b) demonstrated CADD capability with capacity to produce output files in .DXF or .DWG file format (mentioning a propriety product is not acceptable); c) must have two years exper ience with Active Server Page(s) for Web Based Applications; d) must have demonstrated experience with Environmental Sciences Research Institute and Intergraph web-based GIS tools; e) experience in developing wireless application protocol applications; f ) experience developing web-based real-time weather and traffic applications; g) successfully completed a project integrating Oracle Spatial; successfully deployed a web-based solution using geomedia web enterprise; h) must have the ability to serve enterprise, spatial, web applications in a production environment; i) must have access to and demonstrate experience in use of the Interactive Road/Rail Information System (IRRIS). PROFESSIONAL QUALIFICATIONS: (1) The design team must demonstrate regi stered professional capability (in-house) for Civil Engineers experienced in transportation as well as other areas of Civil Engineering. (2) Project Team Management Plan including team organization and proposed method of carrying out the work to meet spe cific project requirements and schedule. c. PAST PERFORMANCE ON DOD AND OTHER CONTRACTS: (1) ACASS evaluations (superior performance evaluations on recently completed projects are advantageous); (2) Letters of evaluation/recognition by other clients. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must demonstrate the ability of their team by: providing examples of quality work, present examples of management tools that validate competence with budgetary and scheduling constraints, and presenting a recent history of compliance with performance schedules. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. e. GE OGRAPHIC PROXIMITY: Location of the firm in the general geographic area of the Norfolk District, COE is desired , provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of this project. f. SB and SDB PARTICIPATION: Extent of participation of small businesses including small disadvantaged businesses, women-owned, HUBZone, veteran and service disabled veteran small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. VOLUME OF DOD C ONTRACT AWARDS in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firm s that have not had prior DoD contracts, which will only be considered when used as a tie-breaker. Considerations may include: (1) ACASS retrievals; (2) Current workload as listed in Block H of the SF 330; and, (3) Equitable distribution of work amon g A-E firms, as stated above. 4. SUBMISSION REQUIREMENTS: All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having capabilities to perform this work are invited to submit a single SF 330 for the prime firm and all consulta nts, to the above address not later than 2:00 PM on July 27, 2006. The SF 330 shall not exceed 1 single sided page per resume, in Block E, a total of 10 projects in Block G and use no smaller than 12 pitch type-font. Submittals by facsimile transmission will not be accepted and will be considered nonresponsive. Forms may be obtained through GPO at (202)512-1800 or via the web site at http://contacts.gsa.gov/webforms.nsf/(formslist)?openform&count=1000&category=Standard+Forms&expandview. The SF 330 shall clearly indicate the staffing of the office indicated to do the work and must also include the following: a. Block H: prime firm's ACASS # and distance (in driving miles) from address of office to perform the work to the Norfolk District. For ACA SS information, call 503-808-4590 or visit https://www.nwp.usace.army.mil/ct/i/; b. Block H. include your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. c. Firms with more than one office - (1) Block C:t his block should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Block E, provide resumes for all key team members, whet her with the prime firm or a subcontractor; list specific project experience for key team members, and indicate the team members role on each listed project (project manager, architect, cost engineer, planner, etc.) and identify where the team member is lo cated if different from SF 330, Block C: each key person's office location; d Block E: registrations must include the year, discipline and state in which registered; e. Block G: Include a descriptive project synopsis of major items of work; f. Block E. Indicate fee in terms of thousands of dollars, not percentage of work completed. Indicate the contract award dates, number, and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including cha nge orders and supplemental agreements for the submitting office only. g. Block H. The selected firm must have computer connectivity. (1.) Show familiarity with the Programming Administration and Execution System (PAX) 1391 module. (2.) Show familiarit y with the 1391 Cost Estimating Software (PC-Cost). (3.) Show familiarity with the ECONPACK Software (4.) Show CADD capability with capacity to produce output files in Autodesk AutoCAD 2005 format, and .jpg or .gif files.(5) Show ability to produce CD-RW data disks. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm ineligib le for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the web site at http://www.ccr.gov. Please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. I nstead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. Additional in formation regarding this policy is located on our website. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN01079481-W 20060630/060628221110 (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.