Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2006 FBO #1822
MODIFICATION

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

Notice Date
11/20/2006
 
Notice Type
Modification
 
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, U.S. ARMY CORPS OF ENGINEERS, 1. CONTRACT INFORMATION: Planning, Engineering and Design Services, are required for various civil works projects p rimarily within the Detroit District mission boundary, but could include services anywhere within the Great Lakes and Ohio River Division boundaries. 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 buil dings, structures and facilities, infrastructure repairs and improvements, flood control structures, shoreline protection and remediation, dredged material disposal confinement facilities, environmental and ecosystem restoration, hydraulic and hydrologic m odeling, sediment transport modeling, coastal engineering, coastal process modeling, watershed studies, and preparation of planning and design report documents, construction plans and specifications and cost estimates. The indefinite delivery contract wil l 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 negotiated and obtained through the issuance of individual, fixed-price task orders, not to exceed $1,000,000 per o rder. 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 indefini te 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 specialized experience and equitable distribution of work among the contractors, and other relevant factors. This announcem ent 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 subcontr acting goals for each contract are that a minimum of 51.2 percent of the contractor's intended subcontract amount be placed with small business (SB) including; 8.8 percent with small disadvantaged businesses (SDB), 7.3 percent with women owned small busine sses (WOSB); 3.1 percent with HUB Zone small businesses and 1.5 percent Service Disabled Veteran-Owned Businesses (SDVOSB). The detailed subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) pe rforming 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 specific projects are identified at this time. As projects are received for execution, use of th e 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 the Planning, Engineering and Design for rehabilitation of existing navigation, flood control and o ther civil works structures, hydraulic, hydrologic and coastal engineering, and environmental and ecosystem restoration. The estimated range of construction costs for the projects range from $50,000 to $10,000,000. 3. SELECTION CRITERIA: The selection crit eria are listed below in descending order of importance (first by major criterion and then by each subcriterion). Criteria a-e are primary. Criteria f-h are sec ondary 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 follow ing key disciplines: engineers (practicing in the state where the project is located, i.e., following key disciplines: engineers (practicing in the state where the project is located, i.e., registrations/certifications required for Michigan, Minnesota, Wis consin and Indiana). (b) Demonstrate recent (last 10 years) Specialized Experience and Technical Competence in or related to: harbors, jetties and piers or related special (navigation) structures; rivers, canals, waterways and flood control; rehabilitation of building structures and facilities; coastal structures including erosion protection; water quality modeling; dredging and dredged facilities; project planning; environmental and ecosystem restoration studies; hydrologic modeling of watersheds to includ e a variety of hydrometeorologic parameters; hydraulic modeling of rivers using 1-, 2- or 3- dimentional models, sediment delivery and transport modeling of watersheds, coastal processes studies to include sediment budgets; floodplain studies, use of Micro station CADD; use of Corps of Engineer standard programs for cost estimating (MCACES - version MII) and specifications (SPECINTACT), and use of Geographic Information Systems (GIS), (c) Capacity to Accomplish the Work: The selected firm shall have availabl e for work on task orders adequate professional and technical personnel in the following disciplines: civil engineering, structural engineering, geotechnical engineering, geologist, hydraulic engineering, hydrologists, coastal engineers, cost estimating, s pecifications writers, CADD technicians, planners, economists and biologists. (d) Past Performance on DOD and other contracts, preferably Corps of Engineers contacts, 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 other Federal agency, State and local governments. The firm must demonstrate an effective quality control program that has delivered high quality products, on time and wit hin budget. (e) Demonstrate knowledge of the Great Lakes locality that the firm possesses 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 geogra phical area of the Detroit District. (g) Firms must show the extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a p ercentage of the total estimated effort. (h) Volume of DOD contract awards in the last 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 busine ss day. Regulations require that the selection board not consider any submittals 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 li mited 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 narrativ e describing how the organization will function. Those functions to be subcontracted out and to which location shall be clearly identified and at what office. I nclude the firms ACASS number for the prime and key subcontractors in SF 330, 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. Thi s is not a request for proposal. Cover letters, company literature and extraneous 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 f or the purpose of discussing prospective contractor's 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 Contracts: Sha ron A. Lawrence (313) 226-6421.
 
Place of Performance
Address: US Army Corps of Engineers, Detroit 477 Michigan Avenue, Detroit MI
Zip Code: 48226
Country: US
 
Record
SN01184275-W 20061122/061120220946 (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.