Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2006 FBO #1753
SOLICITATION NOTICE

C -- Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Construction Management Services primarily within the Limits of the New Orleans District.

Notice Date
9/12/2006
 
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-0225
 
Response Due
10/12/2006
 
Archive Date
12/11/2006
 
Small Business Set-Aside
Total Small Business
 
Description
INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES PRIMARILY WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT. THIS IS A 100% SMALL BUSINESS SET-ASIDE. PLEASE SEE NUMBERED NOTE 24. Contract Specialist, Eileen D arby, 504-862-1996, email:Eileen.M.Darby@Mvn02.usace.army.mil. Contracting Officer, Charles Zammit, 504- 862-1164. I. 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. North American Industrial Classification System NAICS Code is 541330, which has a size standard of $4.5 million in average annual receipts. To be eligib le 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. ATTEN TION: Effective January 1, 2005, all contractors who submit an offer/bid is required to register in the Online Representations and Certifications Application (ORCA). The web site for ORCA is http://orca.bpn.gov. ORCA registration replaces some of the Repre sentations and Certifications. An Indefinite Delivery Indefinite Quantity IDIQ type contract will be negotiated and awarded with a base period not to exceed one year and four option periods not to exceed one year each. One contract will be awarded. Anticip ated award date is on or about December 2006. Annual contract ceilings will not exceed $30,000,000 each for the base and option years 1 and 2, and $20,000,000 each for option periods 3 and 4, for a five year total not to exceed $130,000,000. The minimum gu arantee is $60,000.00 for the base period, $30,000.00 for option periods 1 and 2, and $20,000.00 for the remaining option periods exercised. The Government reserves the right to exercise the contract options before the expiration of the base contract perio d or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract(s) must be at le ast equal to those determined relative to the employees office location (not the location of the work). This announcement is restricted to small business. The work will be awarded by task orders not to exceed the base contract amount. The primary purpose of the proposed contract is to provide services for projects located within the geographic boundaries of the New Orleans District; however, work may be located in areas assigned to other Corps of Engineers districts. II. PROJECT INFORMATION: Work will con sist of: a. Performing construction management, quality assurance activities, engineering, and related services to satisfy fluctuating needs and conditions. Quick response, flexibility, and extensive management and coordination are critical for this procu rement. The contractor shall be required to work very closely and in detail with the Corps. The following are types of construction the contractor will be required (but not limited) to provides services for: levees, revetments and various structures, dr edging, floodwalls, pump stations. b. The work includes providing the supervision, equipment, materials, labor, travel, lodging, and all means necessary to provide the U.S. Army Corps of Engineers an immediate response for construction contract capabilit y. The majority of the construction and related engineering services will be in the New Orleans District; however, work may be located in areas assigned to other Corps of Engineers districts; c. The work may involve Construction Management and Quality Ass urance in the following areas: Structural, Civil, Geotechnical, Hydraulic, Environmental, Mechanical, Electrical and Cost Engineering, and HTRW, and Surveying; d. The work may involve the following types of projects, and work may involve new or existing structures: Hydraulic structures such as locks, floodgates, flood control structures, floodwalls, levees, navigation structures, drainage canals and structures, p re-stressed 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; and buildings such as storage facilities, pump houses, or offices related to the structures above, hydraulic and bucket dredging, stone placement and revetment operations, debris removal and other emergency services; e. The work may involve the following work activities; contract document preparation including development of quality assurance plans in accordance with Government policy and regulation, on-site inspection in accordance with QA plans, Government policy and regulation to assure compliance to construction contract plans and specifications, monitoring, documenting and reporting on construction contractor quality control, construction safety, monitoring progress, materials testing, surveying, fill and volume computations and plots, submittal management, cost estimating, scheduling, coordination, contrac t modifications and related activities, processing payment requests, tracking project costs, and various reporting. f. The work may involve the following types of related work: soil, concrete, welding, gradation, and other construction related testing. g . The instrumentation and evaluation work may involve the following: 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 utilizing Global Positioning Systems GPS and total stations with a d ata collector system; Compiling the field data into the appropriate digital format for use in various software e.g. government provided data collector program, government provided cross section plot program, Excel spreadsheet with graphics; Producing CADD and Excel plots and plates from the compiled data. III. SELECTION CRITERIA: See note 24 for general selection process. The selection criteria are listed below in order of precedence. Criteria 1 thru 5 are primary. Criteria 6, 7 and 8 are secondary and wi ll be used only as `tie-breakers` among technically equal firms. l. 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. 2. Professional qualifications of the key design personnel, including professional registration in engineering, architecture, construction management and surveying, available to work on this contract in the following disciplines: Project Management, Structural Engineerin g, Civil Engineering, Hydraulic Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering and Cost Engineering; Architecture, Landscape Architecture, Surveying, CADD technology and Construction Management. 3. Capacity -personnel and equipment- to perform the work in the required time using all of the latest versions of commercial and Corps software packages utilized by the Corps; produce CADD drawings in the MicroStation format; produce specifications in SpecsIntact; produce cost estimates in MCACES (MII); perform soil borings and soil testing and analysis in accordance with the Corps` geotechnical criteria; perform land based and hydrographic surveys; and provide personnel in sufficient numbers to accomplish very large volumes of work within compressed timetables. 4. Knowledge of geographic /geological area within the limits of the New Orleans District. 5. Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules. 6. Location of the design firm in the general geographical area of the New Orleans District. 7. 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. 8. 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. IV.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) - for the prime firm a nd all subcontractors and consultants to the address below not later than October 12, 2006, 2:30 p.m. New Orleans, LA time. Include the firms DUNS number in SF 330, Part II. 2a. Block H. In Block E of the SF 330, include an organizational chart, equipment requirements, and the use of subcontractors or consultants and describe the firms design quality control plan, including coordination of subcontractors and consultants. Each offeror/consultant listed within Part I of the SF330 must submit Part II of the form with this package. In the SF330, Part I, Section F, cite whether the experience is that of the prime (or joint venture) from an office other that that identified in Block 21 shall be so labeled. The evaluation factors listed must be addressed in the a ppropriate sections of the SF330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Complete Safety Plan will be required after 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 deliveries, the physical address is U.S. Army Engineer District, New Orleans, 7400 Leake Avenue, ATTN: CEMVN-CT-W, Eileen, Room 184, New Orleans, LA 70118-1030. This is not a Request for Proposal. Refer to Solicitation No. W912P8-06-R-0225.
 
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
SN01141124-W 20060914/060912221232 (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.