Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2006 FBO #1685
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY A-E CONTRACT FOR MISCELLANEOUS ENGINEERING AND ARCHITECTURAL DESIGN AND RELATED WORK

Notice Date
7/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-06-R-0725
 
Response Due
8/7/2006
 
Archive Date
10/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
C--INDEFINITE DELIVERY A-E CONTRACT FOR MISCELLANEOUS ENGINEERING AND ARCHITECTURAL DESIGN, RESTRICED TO SMALL BUSINESS SET-ASIDE, Civil/Cost/Specifications Engineering Section, James A. Mills, (314) 331-8301, Contracting Officer, Thaddeus T. Willoug hby, (314) 331-8522 (Site Code W912P9) Solicitation W912P9-06-R-XXXX. Classification Service Code C I. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. The firm will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required wor k. The services will consist of Miscellaneous Engineering and Architectural Design and Related Work for the St. Louis District, U.S. Army Corps of Engineers. The St. Louis District boundaries will be the primary area for the work, although some of the wor k may occur within the Mississippi Valley Division boundaries. The Government may, upon concurrence of the Contractor, accomplish work in other geographical regions after coordination with other Corps Districts. One contract will be awarded as a small bus iness set-aside. The contract total capacity will not exceed $1,250,000.00. The contract will have a base period not to exceed one year, and four option periods not to exceed one year each. The amount of work in each contract period will not exceed $250 ,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The resulting task orders will be issued by negotiated firm fixed price task orders not to exceed the c ontract amount. Each firm responding to this announcement must indicate their size status under the specified NAICS code and state if they are currently certified as a small business firm. The wages and benefits of service employees (see FAR 22.10) perfo rming under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, relative to the employees office location. Prior to contract award, a firm must be registered in the DoD Central Contractor Re gistration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-(800)-334-3414. II. PROJECT INFORMATION: Work will be for engineering design and architectural design services applicable to miscellaneous civil works projects such as portions of locks and dams, gatewell/drainage structures, stormwater/wastewater design, levees, roads, r ailroad closure structures, buildings and grounds. Firms must have a full range of capability for these types of services. Use of the metric system of measurement may be required for some deliverables under the proposed contract; however, metric system e xperience is not a selection criterion and is not required for selection. III. SELECTION CRITERIA: The selection criteria for this particular contract 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-f are secondary and will be us ed as tie breakers among firms that are technically equal. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Current experience in the following: (1) Corps civil works engineering and architectural design, for medium and small projects; (2) Preparation of Corps civil works contract plans and specifications; ( 3) Management procedures to include Quality Control Plans; (4) Ability to deliver CADD files in the Bentley Microstation J and/or Microstation Version 8 format; (5) Construction cost estimation. b. PROFESSIONAL QUALIFICATIONS: The firm should have qualified and registered/licensed key personnel in the disciplines of civil and structural engineering, architects, technicians and draftsmen. The evaluation will consider education, training, regist ration, relevant experience, and longevity with the firm of the key personnel. c. CAPACITY TO ACCOMPLISH WORK: Firms must have the capacity to accomplish up to three task orders simultaneously (with an aggregate value of up to $250,000 or more) in a one-year period for delivery of a quality product on a timely schedule, and capaci ty to perform approximately $1,250,000 in work of the required type in a five-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines (management, quality control, and technical); equipment availabi lity, i.e. the extent of in-house facilities verses subcontracting needs; the firms demonstrated ability to perform and monitor multiple task orders simultaneously; the firms demonstrated ability to use quality control procedures and tools to insure qual ity design final products; firms demonstrated ability to adhere to design schedules. d. PAST PERFORMANCE: Past performance on similar Department of Defense contracts, as determined by ACASS evaluations, and other similar contracts with respect to cost control, quality of work, and compliance with performance schedules. e. GEOGRAPHIC PROXIMITY: Location of the firm and geographic proximity to the St. Louis District office headquarters. f. EQUITABLE DISTRIBUITION OF DOD CONTRACTS: Evaluation will consider the Volume of DOD A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. IV. SUBMISSION REQUIREMENTS: Interested small business firms having capabilities to perform this work must submit three copies of completed SF 330 to, Attn: Jim Mills, CEMVS-EC-DCC, 1222 Spruce Street, St. Louis, Mo. 63103-2833 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. Include the firm's ACASS number in Block 9. For ACASS information, c all 503-326-3459. In Section H: describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities; describe the firms overall Design Quality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.); indicate the estimated percentage involvement of each firm on the proposed team; include an organization chart of the key personne l to be assigned to the project. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request For Proposal (RFP).
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
Country: US
 
Record
SN01083693-W 20060708/060706220923 (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.