Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER (A-E) INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) CONTRACT(S) FOR SOUTHEAST LOUISIANA URBAN FLOOD CONTROL (SELA) FORENSIC INVESTIGATION AND SUPPORT SERVICES PRIMARILY WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT

Notice Date
5/1/2007
 
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
W912P807R0085
 
Response Due
6/4/2007
 
Archive Date
8/3/2007
 
Small Business Set-Aside
Total Small Business
 
Description
100% SMALL BUSINESS SET-ASIDE, ARCHITECT-ENGINEER (A-E) INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT(S) (IDIQ) FOR SOUTHEAST LOUISIANA URBAN FLOOD CONTROL (SELA) FORENSIC INVESTIGATION AND SUPPORT SERVICES PRIMARILY WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT 1. CONTRACT INFORMATION: Contract Specialist, Pamela Moody, (504)862-1494, pamela.s.moody@mvn02.usace.army.mil. Contracting Officer, Eileen Darby, (504)862-1996, eileen.m.darby@mvn02.usace.army.mil. This contract(s) 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 54133 0 which has a size standard of $4.5 million in average annual receipts. 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 o r by contacting the DoD Electronic Commerce 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 for requirement information. The web site for ORCA is http://orca.bpn.gov. ORCA registration replaces some of the Representations and Certifications. An A-E IDIQ, Firm-Fixed Price (FFP) contract will be negotiated an d awarded with a base period not to exceed one year and four option periods not to exceed one year each. Multiple contracts may be awarded. Anticipated award date is on or about July 2007. Contract ceiling will not exceed $5,000,000 or 5 years in duratio n, whichever comes first. $20,000 is guaranteed for the original contract period, and $10,000 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 o r 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 least equal to those determined relative to the employees office location (not the location of the work). Work will be assigned by negotiated task orders. This announcement is restricted to small business. The primary purpose of this proposed contract(s) is to provide services for projects located within the geographic boundaries of the New Orleans District. 2. PROJECT INFORMATION: (a) The work may involve pre-construction photography and videography, structural assessment of vacant buildings, investigation of claims submitted by property owners, collection of data necessary to determine claim validity, determination of cost of property repairs, technical writing, and other related services. (b) The work may involve the following disciplines: Photographer, Video grapher, Project Manager, Claims Adjuster, Cost Estimator, Forensic Engineer, Structural Engineer. (c) The work may include, but not be limited to, pre-construction documentation, structural assessment of vacant buildings, investigation of complaints and c laims, analysis of construction data, and preparation of written reports for properties investigated in the vicinity of the following SELA projects. On the east bank of Jefferson Parish, this may include Soniat Canal, Veterans Boulevard to Canal #3; Sonia t Canal, W. Napoleon Avenue to Lynette Street; Elmwood Canal, Replacement of the Kawanee Avenue Bridge; Elmwood Canal, Replacement of the W. Esplanade Bridge; and Hickory Avenue, 750 feet of pipe in the vicinity of the oak tree known as 'Old Dickory'. On the west bank of Jefferson Parish, this may include Gardere Canal, ML King Playground to Brown Street; Replacement of Westwego Pump Station Diesel Engine; Westm inster/Lincolnshire Pump Station Backup Generator and Water Well; Cousins Canal, Phase II; and Grand Cross Canal at Lapalco Boulevard. In Orleans Parish, this may include Dwyer Intake Canal; Florida Avenue Canal, Pump Station #19 to Mazant Street; Florida Avenue Canal, Mazant Street to Piety Street; and Florida Avenue Canal, Piety Street to St. Ferdinand Street. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of precedence. Criteria (a) thr ough (e) are primary. Criteria (f) through (i) are secondary and will be used only as 'tie-breakers' among technically equal firms. (a) Specialized experience and technical competence of the firm and its key personnel to perform the services and produce th e documents listed in Section 2 above. (b) Professional qualifications of the key personnel, including professional registration in engineering available to work on this contract in the following disciplines: Project Manager, Forensic Engineering, Structur al Engineer, Claims Adjuster, Cost Estimator, Photographer, and Videographer. (c) Capacity (personnel and equipment) to perform the work in the required time to produce still photography, videography, property assessment reports; and provide the following minimum personnel: one project manager, one forensic engineer, one structural engineer, one claims adjuster, one cost estimator, one photographer, and one videographer. The photographer may also serve as the videographer. If the photographer and videogra pher is the same person, his/her professional qualifications, specialized experience, and technical competence for both types of work shall be included. (d) Knowledge of geographic area within the Limits of the New Orleans District. (e) Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules. (f) Experience testifying in court as an expert witness, including purposes recognized as an expert witness, and court in which testimony was given. (g) Location of the design firm in the general geographical area of the New Orleans District. (h) Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small bus inesses, service-disabled veteran-owned small businesses, HUB Zone small businesses, historically black colleges and universities, and minority institutions on the proposed contract term as measured as a percentage of the estimated effort. (i) Volume of D oD Contract Awards in the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested fir ms which meet the requirements described in this announcement are invited to submit 5 copies of SF 330 2004 (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 4:30 p.m. on Monday, 4 June 2007. Include the firm's ACASS number in SF 330, Block H. For ACASS information, call (503)808-4590. In Block E of the SF 330, include an organizational chart, equipment requirements, and the use of subcontractor s or consultants and description of the firm's design quality control plan, including coordination of subcontractors and consultants. 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 Le ake Avenue, and ATTN: CEMVN-CT-W (Pamela Moody), Room 184, New Orleans, LA 70118-1030. THIS IS NOT A REQUEST FOR PROPOSAL. Refer to Solicitation No. W912P8-07-R -0085.
 
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
SN01285014-W 20070503/070501233436 (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.