Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

C -- THIS IS A SMALL BUSINESS SET-ASIDE. INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT(S)GENERAL DESIGN SUPPORT SERVICES AND MULTIDISCIPLINARY PLANNING PRIMARILY WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-06-R-0198
 
Response Due
8/31/2006
 
Archive Date
10/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT(S)GENERAL DESIGN SUPPORT SERVICES AND MULTIDISCIPLINARY PLANNING PRIMARILY WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT. SOLICITATION W912P8-06-R-0198. THIS IS A SMALL BUSINESS SET-ASIDE. PLEASE SE E NUMBERED NOTE 24. Contract Specialist, Gayle Rouse (504) 862-1547, email: gayle.e.rouse@mvn02.usace.army.mil. Contracting Officer, Patricia R. Perkins, 504-862-2876. 1. CONTRACT INFORMATION: This contract(s) is being procured in accordance with the Br ooks 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. North American Industrial Classification System (NAICS) Code is 541330. To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR) via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. ATTENTION: Effective January 1, 2005, all contractors who submit an offer/bid are required to register in the Online Representations and Certifications Application (ORCA). See FAR clauses 52.204-7 and 52.204-8 for requirement information. The web site for ORCA is http://orca.bpn.gov. ORCA registration replaces some of the Representations and Certifications. An Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP), contract will be negotiated and awarded. Multiple contracts may be awarded. Anti cipated award date on in or about November 2006. Contract ceiling will not exceed $5,000,000 or 5 years in duration whichever comes first. The minimum guarantee is $20,000 for the original contract period, and $10,000 per year for each additional option year that is exercised. The Government reserves the right to exercise the contract options before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhaust ed or nearly exhausted. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract(s) must be at least equal to those determined relative to the employees office location (not the location of the work).Work will be assigned by negotiated task orders. This announcement is restricted to small business. The primary purpose of the proposed contract(s) is to provide services for projects located within the geographic boundaries of the New Orleans District. Secondarily, t he contract(s) may be used to provide services within the geographic boundaries of any other U.S. Army Corps of Engineers District. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Ne w Orleans District. 2. PROJECT INFORMATION: a. The work may involve investigations, comparisons, data evaluations, analysis, design, technical writing, geotechnical design, hazardous, toxic and radioactive waste (HTRW) and CADD drafting for design report s, feasibility studies, plans and specifications or other engineering documents, database design and management, engineering design support during construction, and other water resources problems and needs. Surveying and the use of aerial mapping are requi red to support this work. b. The work may involve the following disciplines: Structural, Civil, Geotechnical, Hydraulic, Mechanical, Electrical, Cost Engineering, Architecture, Landscape Architecture, Environmental Engineering, Biology, Computer Programmi ng, and Surveying. c. The work may involve the following types of projects, and projects may be at any stage, may involve new or existing structures: Hydraulic structures such as locks, floodgates, flood control structures, floodwalls, levees, navigation structures, drainage canals and structures, prestressed and post tensioned concrete structures, pumping stations; marine structures such as bulkheads, dolphins, fenders, guide walls, jetties; highway work such as roads, culverts and bridges; buildings such as warehouses, pump houses, or offices related to the structures above; flood control and hurricane protection projects; navigation projects, environmental and ecosystem restoration projects; freshwater diversion projects; contaminant waste investigations, and other multi-purpose projects. d. The work may involve the following types of related work: site layout, development of real estate rights-of-way drawings , architectural treatments, landscaping, perform soil borings, soil testing to determine soil properties and provide boring logs in accordance with the Corps New Orleans District geotechnical criteria, pile capacity curves, soil pressures, seepage and dew atering analysis, stability analysis, surveys and the use of aerial photographic coverage to locate features and develop topographic maps, contour maps, profiles and sections, both land based and hydrographic, performing environmental assessments, ecologic modeling, project management, data design and management. e. The instrumentation and evaluation work may involve the following: (1)Surveying and instrumentation data gathering for specific features of existing civil works structures such as survey cross sections and profiles, settlement mark readings, joint movement readings, joint alignment readings and piezometer readings. The surveys may include hydrographic, overbank, horizontal distances and control data. Firms must indicate their capability of uti lizing Global Positioning Systems (GPS) and total stations with a data collector system. (2) Compiling the field data into the appropriate digital format for use in various software (e.g. government provided data collector program, government provided cro ss section plot program, Excel spreadsheet with graphics); (3) Producing CADD and Excel plots and plates from the compiled data; (4) Analyzing the field data and preparing instrumentation evaluation reports with photos and documentation of the site visit b y Engineers. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of precedence. Criteria (a) thru (e) are primary. Criteria (f) thru (h) are secondary and will be used only as tie-breakers amo ng technically equal firms. a. Specialized experience and technical competence of the firm and its key personnel to perform the services and produce the engineering documents listed in paragraph 2 above. b. Professional qualifications of the key design p ersonnel, including professional registration in engineering, architecture and surveying, available to work on this contract in the following disciplines: Structural Engineering, Civil Engineering, Hydraulic Engineering, Geotechnical Engineering, Mechanica l Engineering, Electrical Engineering and Cost Engineering; Architecture, Landscape Architecture, Surveying and CADD technology, Environmental Engineering, Biology, and Computer Programming. c. Capacity (personnel and equipment) to perform the work in t he required time using all of the latest versions of commercial and Corps software packages utilized by the Corps; produce georeferenced CADD drawings in the MicroStation format; perform soil borings and soil testing and analysis in accordance with the Cor ps New Orleans District geotechnical criteria; perform land based and hydrographic surveys; and provide the following minimum personnel: two structural engineers, four civil engineers, two geotechnical engineers, one hydraulic engineer, one cost engineer, one electrical engineer, one mechanical engineer, one architect, one landscape architect, one registered land surveyor and three microstation CADD technicians, two 4-person survey parties, one computer technician, one environmental engineer and one biolog ist. d. Knowledge of geographic/geological area within the Limits of the New Orleans District. e. Past performance on Department of Defense and other contract s with respect to cost control, quality of work and compliance with performance schedules. f. Location of the design firm in the general geographical area of the New Orleans District. g. Extent of participation of small businesses, small disadvantaged bu sinesses, women-owned small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUB Zone small businesses, historically black colleges and universities, and minority institutions on the proposed contract term as mea sured as a percentage of the estimated effort. h. Volume of DoD A-E Contract Awards in the last 12 months with the objective of affecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMEN TS: See Note 24 for general submission requirements. Interested firms, which meet the requirements described in this announcement, are invited to submit 5 copies of SF 330,dated 6/2004 (SF 330 replaced both SF 254 and SF 255 which are no longer accepted) f or the prime firm and all subcontractors and consultants to the address below not later than 9 August 2006, 4:30 p.m., New Orleans, LA time. Include the firm's ACASS and DUNS number in SF 330, Part II.2a.Block H. For ACASS information, call (503)808-4590. In Block E of the SF 330, include an organizational chart, equipment requirements, and the use of subcontractors or consultants and describe the firm's design quality control plan, including coordination of subcontractors and consultants. Each offeror/cons ultant listed within Part I of the SF 330 must submit Part II of the form with this package. In the SF 330, Part I, Section F, cite whether the experience is that of the prime (or joint venture) from an office other than that identified in Block 21 shall be so labeled. The evaluation factors listed must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Complete Safety Plan will be required af ter contract award. Safety performance data (person-hours lost) must be submitted including data for any subcontractors. A detailed Quality Control Plan must be received and approved by the Government prior to contract award. For Overnight or courier del iveries, the physical address is U.S. Army Engineer District, New Orleans, 7400 Leake Avenue, and ATTN: CEMVN-CT-W, Gayle Rouse, Room 184, New Orleans, LA 70118-1030. This is not a Request for Proposal. Solicitation packages are not provided. Refer to Ann ouncement No. W912P8-06-R-0198.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01085813-W 20060712/060710221028 (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.