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 -- Multidisciplinary Planning and Engineering Design Services for the New Orleans District, LA

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-0184
 
Response Due
8/10/2006
 
Archive Date
10/9/2006
 
Small Business Set-Aside
N/A
 
Description
C-Multidisciplinary Planning and Engineering Design Services, New Orleans, LA 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 negotiatio n based on demonstrated competence and qualifications for the required work. This acquisition is open to all businesses. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting pla n on that part of the work it intends to subcontract. The plan is not required with this submittal. A-E services are required for three multidisciplinary planning services contracts that include tasks related to civil works projects (ER 1105-2-100) invol ving flood control; hurricane protection; basin-wide hydrologic modeling; evaluation of water distribution and wastewater facilities; navigation infrastructure and economic analysis; environmental and ecosystem restoration; coastal wetlands; hazardous, tox ic and radioactive waste (HTRW); socio-economic analyses; recreation; fish and wildlife evaluation and resource enhancement; water quality management; and other water resources problems and needs. Three indefinite quantity contracts will be Firm Fixed Pri ce, each with a base period not to exceed one year and two option periods not to exceed one year each. The contracts shall not exceed $1,000,000 per contract period. Criteria used in allocating task orders among the contracts include performance and qual ity of deliverables under the current contract, current capacity to accomplish the task order in the required time, and equitable distribution of work among the contractors. 2. PROJECT INFORMATION: Projects may be at any stage, from the initial planning stage to the operations and maintenance stage. Services will be required in a variety of potential subject areas including flood control and hurricane protection projects, navigation projects, environmental and ecosystem restoration projects, freshwater diversion projects, recreation projects, water supply and wastewater treatment projects, contaminant waste investigations, master planning, and other multi-purpose projects. Typical tasks include gathering data and preparing reports for inclusion in initi al evaluation, reconnaissance, feasibility, or post authorization change studies for congressional and continuing authorities programs, and preparation of plans and specifications for water resources projects. Projects will include work in environmental a ssessments and impact evaluations; ecologic modeling; recreation development; marine, inland waterway and general transportation economics, and logistical planning; benefit-cost, financial, and market analysis; project management; plan formulation; public outreach and coordination; data collection and field investigations; and database design and management. Environmental impact analysis may include gathering data, describing habitats and populations, preparing environmental impact assessments and statemen t to meet NEPA requirements, or conducting initial site assessments and recommend/perform subsequent actions including certified industrial hygiene investigations, testing, and remediation at non-HTRW sites according to ER 1165-2-132 and industry standards such as ASTM 1527-97 and 1528-96, and other applicable state and Federal regulations. Economic and social analysis tasks may include developing project-related databases and structure inventories, preparing projections of economic and socioeconomic pheno mena, identifying area and regional social and economic profiles, performing flood damage appraisals and trade-off analyses, and conducting recreational use surveys, etc. All CAD/GIS software must be fully compatible with the Intergraph Modular GIS Enviro nment (MGE), ORACLE, and Bentley Microstation software suite or equal. Personnel with experience in the following disciplines are required: hydrology; geology ; geomorphology; civil, structural, geotechnical, and environmental engineering; water resources planning; industrial hygiene; hazardous waste; cost estimating; biology (terrestrial and aquatic); wetlands ecology; flood damage assessment; economics, sociol ogy; statistics; NEPA compliance; recreation planning; land acquisition; illustration/cartography; computer programming; computer aided drafting; geographic information systems; master planning; archeology; surveying; general construction practices; and hi story. Resumes (Section E of the SF 330) must be provided for key personnel, including subcontractors, and must clearly demonstrate experience in each of the above areas. The work locations will generally located in southern Louisiana but could be anywhe re in the southern United States. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of preference. Criteria A-D are primary factors. Criteria E and F are secondary factors and will only be used as tie-breakers among technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the firm and its subcontractors in the various engineering, economics, and environmental disciplines and knowledge/experience of the firm in flood control, hurricane protection, ecosystem restoration, w ater and wastewater treatment and multi-hazard digital mapping. B. PROFESSIONAL QUALIFICATIONS of key personnel considering education, experience, licensing, registration, professional societies, and certificates. C. CAPACITY TO ACCOMPLISH THE WORK considering available experienced personnel in key disciplines. D. PAST PERFORMANCE ON DOD and other contracts in respect to: (1) cost control, (2) quality of work, and (3) compliance with contract schedules. E. VOL UME OF DOD A-E contract awards within the last twelve months with the objective of affecting an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. F. SB and SBD PARTICIPATION: Extent of participation of small busine sses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, historically black colleges and universities, and minority institutions on the pr oposed contract term as measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit five (5) copies of the SF 330 to the above address not later than 4:30 P.M. o n July 19, 2006. Include the firms ACASS number in the SF 330, Block H. For ACASS information, call (503) 326-3459. Also, interested contractors must registered in the Central Contractor Registration (CCR). For more information about CCR, please log o n to http://www.ccr.gov. In Block E of the SF 330, describe the firms quality control plan including the coordination of subcontractors. Complete Safety Plan will be required after contract award. Safety performance data (person-hours lost) must be subm itted 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 deliveries, the physical address is U.S. Army Engineer District, New Orleans, 740 0 Leake Avenue, ATTN: CEMVN-CT-E, Room 184, New Orleans, LA 70118-1030. Solicitation packages are not provided. This is not a request for proposal. Refer to Solicitation W912P8-06-R-0184.
 
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
SN01085819-W 20060712/060710221036 (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.