Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Planning, Engineering, and Design Services for the Detroit District

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Detroit, 477 Michigan Avenue, Detroit, MI 48226
 
ZIP Code
48226
 
Solicitation Number
W911XK-07-R-0001
 
Response Due
2/7/2007
 
Archive Date
4/8/2007
 
Small Business Set-Aside
N/A
 
Description
C - INDEFINITE DELIVERY CONTRACT FOR PLANNING, ENGINEERING AND DESIGN SERVICES FOR THE DETROIT DISTRICT, US ARMY CORPS OF ENGINEERS, 1. CONTRACT INFORMATION: Planning, Engineering & Design services, are required for various civil works projects primarily within the Detroit District mission boundary, but could include services anywhere within the Great Lakes and Ohio River Division bou ndaries. The contractor selected will need sufficient resources and flexibility to be able to furnish a full range of professional planning; engineering and design services related to civil works projects in the upper Great Lakes area. Expected services may include, but are not limited to, the following: design of navigation project structures, rehabilitation of buildings, structures &facilities, infrastructure repairs and improvements, flood control structures, shoreline protection & remediation, dredge d material disposal confinement facilities, environmental and ecosystem restoration, hydraulic and hydrologic modeling, sediment transport modeling, coastal engineering, coastal process modeling, watershed studies, and preparation of planning & design r eport documents, construction plans and specifications & cost estimates The indefinite delivery contract will be negotiated and awarded for a base period of one year, and two option periods, each one year in duration. The proposed services will be neg otiated and obtained through the issuance of individual, fixed-price task orders, not to exceed $1,000,000 per order. The annual ceiling for the base year and option years is $1,000,000 per year. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. A minimum of one indefinite delivery contract will be negotiated and awarded under this announcement. If determined in the best interest of the government, up to two indefinite delivery contracts will be negotiated and awarded. Criteria to be used in allocating orders will include performance and quality of deliverables under the current contract, capacity to accomplish the order in the required time, uniquely special ized experience and equitable distribution of work among the contractors, and other relevant factors. This announcement is open to all businesses regardless of their size. If a large business is selected for this contract, it must comply with FAR 52.219- 9 regarding the requirement for a subcontracting plan on the part of this work it intends to subcontract. The subcontracting goals for each contract are that a minimum of 51.2% of the contractors intended subcontract amount be placed with small businesse s (SB) including; 8.8% with small disadvantaged businesses (SDB), 7.3% with women owned small businesses (WOSB); 3.1% with HUB Zone small businesses and 1.5% Service Disabled Veteran-Owned Small Business (SDVOSB). The detailed subcontracting plan is not r equired with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: No sp ecific projects are identified at this time. As projects are received for execution, use of the contract awarded under this announcement will be considered if A-E is utilized. The majority of the professional services are required for work related to th e Planning, Engineering and Design for rehabilitation of existing navigation, flood control & other civil works structures, hydraulic, hydrologic and coastal engineering, and environmental and ecosystem restoration. The estimated range of construction c osts for the projects range from $50,000 to $10,000,000. 3. 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-e are primary. Criteria f-h are second ary and will only be used if necessary as tie-breakers in ranking the most highly qualified firms. (a)Professional Capabilities: A-E contractor will have (either in-house or through consultants) qualified registered professional personnel in the followin g key disciplines: engineers (practicing in the state where the project is located, i.e., registrations/certifications required for Michigan, Minnesota, Wisconsin & Indiana). (b)Demonstrate recent (last 10 years) Specialized Experience and Technical Compe tence in or related to: harbors jetties & piers or related special (navigation) structures; rivers, canals, waterways & flood control; rehabilitation of buildings structures & facilities; coastal structures including erosion protection; water quality mod eling; dredging & dredged disposal facilities; project planning; environmental and ecosystem restoration studies; hydrologic modeling of watersheds to include a variety of hydrometeorologic parameters; hydraulic modeling of rivers using 1-, 2-or 3-diment ional models, sediment delivery and transport modeling of watersheds, coastal processes studies to include sediment budgets; floodplain studies; use of Microstation CADD; use of Corps of Engineer standard programs for cost estimating (MCACES  version MI I) and specifications (SPECINTACT), and use of Geographic Information Systems (GIS), (c) Capacity to Accomplish the Work: The selected firm shall have available for work on task orders adequate professional and technical personnel in the following discip lines: civil engineering, structural engineering, geotechnical engineering, geologist, hydraulic engineering, hydrologists, coastal engineers, cost estimating, specification writers, CADD technicians, planners, economists and biologists. (d) Past perfo rmance on DoD and other contracts, preferably Corps of Engineers contracts, with respect to cost control, quality of work and compliance with performance schedules. Firms may include documentation of past performance on recent similar contracts with oth er Federal agency, State and local governments. The firm must demonstrate an effective quality control program that has delivered high quality products, on time and within budget. e) Demonstrate knowledge of the Great Lakes locality that the firm possess es to accomplish the planning, engineering and design services to be provided listed in paragraph 1 above. f) The geographic proximity of the firm to the general geographical area of the Detroit District. g ) Firms must show the extent of participation o f small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (h) Volume of DoD contract awards in the las t twelve months... 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit one copy of SF 330(6/2004) for the prime firm and all subcontractors, to the above address not later than the 4:30 PM (Eastern daylight time) 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. Regulations require that the selection board not consider any submittal s received after this time and date. Solicitation packages are not provided. The SF 330 should specifically address the requirements of this announcement. Section E shall be limited to 10 pages. Section F shall be limited to 10 projects, 20 pages total . Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. The firm shall present a proposed organization chart and a narrative describing how the organization will function. Those functions to be subc ontracted out and to which location shall be clearly identified and at what office. Include the firms ACASS number for the prime and key subcontractors in SF 33 0, block 10. For ACASS information, call 503/808-4590. In Block 30, describe owned or leased equipment that will be used to perform this contract as well as CADD capabilities. This is not a request for proposal. Cover letters, company literature and e xtraneous materials are not desired and will not be considered. Personal visits to discuss this announcement will not be scheduled. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors qualification for the contract will be conducted only after submittal review by the selection board. Interviews will be conducted by telephone. This procurement is UNRESTRICTED. Points of Contacts: Sharon A. Lawrence, Contracting Division.
 
Place of Performance
Address: US Army Corps of Engineers, Detroit 477 Michigan Avenue, Detroit MI
Zip Code: 48226
Country: US
 
Record
SN01183257-W 20061119/061117220904 (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.