Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2007 FBO #1962
SOLICITATION NOTICE

C -- SMALL BUSINESS SET-ASIDE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT FOR SERVICES IN SUPPORT OF THE NEW ORLEANS DISTRICTS PERIODIC INSPECTION PROGRAM (INSPECTION OF STRUCTURES AND INSTRUMENTATION AND EVALUATION)

Notice Date
4/9/2007
 
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
W912P8-07-R-0079
 
Response Due
5/9/2007
 
Archive Date
7/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) ARCHITECT-ENGINEER (A-E) FIRM FIXED PRICE (FFP) CONTRACT WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT. SOLICITATION W912P8-07-R-0079. THIS IS A SMALL BUSINESS SET-ASIDE. Contract Specialist, Pamela S. Moody, (504)862-1494, Pamela.s.moody@mvn02.usace.army.mil; Contracting Officer: Eileen M. Darby, (504)862-1996, Eileen.m.darby@mvn02.usace.army.mil. 1. CONTRACT INFORMATION: (a) This contract is being procured in accordance with the Brooks A-E Act a s implemented in FAR Subpart 36.6. A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. (b) North American Industrial Classification System (NAICS) Code is 541330, Engineering Services, Size St andard: $4,500,000.00. 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 OCR or by contacting the DoD Electronic Commer ce 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 fo r requirement information. The website for ORCA is http://orca.bpn.gov. ORCA registration replaces some of the Representations and Certifications. (c) An IDIQ A/E FFP 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. Anticipated award date is on in or about August 2007. Contract ceiling will not exceed $5,000,000.00 or five (5) years, whichever comes first. $20,000.00 is guaranteed for the original contract period, an d $10,000.00 per year for each additional option year. 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 exhausted or nearly exhausted. (d) The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined relative to the employees office location (not the location of the work). 2. PROJECT INFORMATION: (a) Summary: The Scope of Work for this project involves providing services in support of the New Orleans Districts Periodic Inspection Program under a task order contract. Work will consist of two separ ate efforts: Inspection and Instrumentation and Evaluation. (b) Inspection: The Scope of Work for this effort includes inspecting structures and bridges and preparing formal reports. Work will consist of: (1) inspection of completed civil works struct ures to include, but not limited to, locks, pumping stations, floodgates, control structures, drainage structures, floodwalls, bridges and gydroelectric structures by qualified inspection teams having technical experience and knowledge; (2) Preparation of pre-inspection brochures and inspection reports utilizing Microsoft Word and electronic photos; (3) Reviewing the original design criteria in effect when the structure was designed versus current criteria to identify potential problem areas (NOTE: Several structures have been in service for over 40 years); (4) CADD drafting services in support of the inspection program; (5) Development of plans and maintenance costs for corrective actions; (6) Determine critical structural members and connections of steel components; and (7) Inspection of steel components and welds. Regulations for the inspection program are ER 110-2-100 Periodic Inspection and Continuing Evaluation of Completed Civil Works Structures, EC 110-2-6061 Safety of Dams-Policy & Procedures a nd ER 110-2-111 Periodic Inspection and Continuing Evaluation of USACE Bridges. Electronic copies of these regulations as well as most technical design crite ria and other miscellaneous regulations can be found on the Internet at http://www.usace.army.mil/publications. (c) Instrumentation and Evaluation: The Scope of Work for this effort includes surveying structures and preparing Instrumentation Evaluation Re ports. Work will consist of: (1) Surveying and instrumentation data gathering for specific features of civil works structures such as scour survey cross sections and profiles, settlement mark readings, joint movement readings, joint alignment readings and piezometer readings. The scour surveys will include hydrographic, overbank, horizontal distances and control data; (2) Compile the field data into the appropriate digital format for use in various software (e.g. government data collector program, governm ent cross section plot program, Microsoft Excel Spreadsheet with graphics, Piezometer Internet Program); (3) Produce CADD and Microsoft Excel plots and plates from the compiled data; (4) Analyze the field data and prepare instrumentation evaluation reports ; and (5) Document the results of the site visit by the Structural and Geotechnical Engineers. Regulations for this program are ER 1110-2-110 Instrumentation for Safety Evaluation of Civil Works Projects and ER 110-2-101 Reporting of Evidence of Distre ss of Civil Works Structures. Electronic copies of these regulations as well as most technical design criteria and other miscellaneous regulations can be found on the Internet at http://www.usace.army.mil/publications. 3. SELECTION CRITERIA: The selectio n criteria are listed below in order of precedence (first by major criterion and then by each sub-criterion). Criteria (a) thru (e) are primary. Criteria (f) thru (h) are secondary and will only be used as tie-breakers among technically equal firms. Sele ction evaluation factors in order of precedence are: (a) Specialized experience and technical competence of the firm and its key personnel; (b) Professional qualifications of the personnel available for the satisfactory performance of the required service. The following disciplines are required: civil engineer; structural engineer; geotechnical engineer; electrical engineer; mechanical engineer; (c) Capacity (personnel) to perform the work in the required time; (d) Knowledge of geographic area within the li mits of the New Orleans District; (e) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from ACASS and other sources; (f) Location in the general geographic ar ea; (g) Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions, measured as a percentage of the total estimated effort); and (h) Volume of DOD contract awards in the last 12 months as described in Note 24. 4. EXPERIENCE: To be considered for selection, a firm must clearly identify in its SF 330 experience in the types of work cited above, identify experience and knowledge in the design, cons truction and operation of the types of structures to be inspected and familiarity with applicable Corps of Engineers criteria for civil works and AASHTO/LaDOTD bridge requirements, identify capacity to produce CADD drawings that are fully compatible with Microstation V8 or higher and identify individuals (contractor and subcontractors employees) who will conduct inspections in each of the following disciplines: civil, structural, geotechnical, electrical and mechanical engineering (all registered professio nal engineers). In addition, relative to bridges, the firm must clearly identify individuals meeting the requirements in 23 CFR, Part 650, Subpart C National Bridge Inspection Standards (NBIS), Section 650.309 Qualifications of Personnel and in ER 1110 -2-111. 5. SUBMISSION REQUIREMENTS: THIS IS NOT A REQUEST FOR PROPOSAL. See Note 24 for general submission requirements. Interested firms, which meet the requi rements described in this announcement, are invited to submit five (5) copies of SF 330 (SF 330 replaced both SF 254 and SF 255 which are no longer accepted) for the prime firm and all subcontractors and consultants to the address below not later than 4:00 p.m. CST on 9 May 2007. Include the firm's DUNS (Data Universal Numbering System) Number. Include an organizational chart in block E of SF 330 of all key staff, equipment requirements, the use of subcontractors or consultants, and describe the firm's proc ess quality control plan, including coordination of subcontractors and consultants. Each offeror/consultant listed within Part 1 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 subcontra ctors and consultants, and any other pertinent information. As some field activities may occur, an outline of safety plan is required. A complete Safety Plan will be required after contract award. Safety performance data (person-hours lost) must be submit ted 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: Pamela Moody, CEMVN-CT-W, Room 184, New Orleans, LA 70118-1030. This is not a Request for Proposal. Solicitation packages are not provided. Refer to Solicitation No. W912P8-07-R-0079.
 
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
SN01269451-W 20070411/070409221707 (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.