Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2007 FBO #2096
SOLICITATION NOTICE

C -- Architect Engineer (AE) Services for Indefinite Delivery Contract to Support the Civil Works Planning and Design Program for the Wilmington District, South Atlantic Division, U.S. Army Corps of Engineers

Notice Date
8/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-07-R-0090
 
Response Due
12/31/2007
 
Archive Date
2/29/2008
 
Small Business Set-Aside
N/A
 
Description
Contractual Questions: Hilda Ayers at email: hilda.d.ayers@usace.army.mil. Questions concerning subcontracting plan Leila Hollis at email: leila.hollis@sas02.usace.army.mil. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract in Support of the Civil Works Planning and Design Program for the Wilmington District, South Atlantic Division, U. S. Army Corps of Engine ers. Though predominantly intended for Civil Works, this contract may include assignment of task orders in support of the Corps of Engineers Military program. The contract will be awarded for a term not to exceed a total of five (5) years. Work under th is contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $5,000,000 over the five (5) year life of the contract. The Government intends to initially award the contract for $1,000,000, with the reserved right to modify the contract amount to the full $5,000,000 value during the five (5) year life of the contract. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place su bcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 51.2%of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesses (SDB), 7.3% be placed with women-owned small businesses (WOSB), 3.1% be placed with HUB Z one small business, and 1.5% be placed with Service-Disabled Veteran-Owned Small Business. The North American Industry Classifica tion System (NAICS ) code for this action is 541330. PROJECT INFORMATION: The firm selected will be required to provide all phases of Planning, Engineering, and Design from Preliminary Reconnaissance Phase Studies, through Feasibility Report Development, Engineering Design, and Detailed Construction Plans and Specifications. Types of projects will include both Inland and Coastal; to include flood damage reduction, coastal protection and beach nourishment, shoreline and stream bank erosion protection, shal low and deep draft navigation, environmental and eco-system habitat restoration, comprehensive watershed evaluations and multi?purpose water resources projects. This contract is intended primarily for projects within the geographical boundary of the USACE South Atlantic Division (SAD). However, work may be awarded for customers projects that align with SADs geographical boundaries. Spanish speaking and/or translation capability is highly desired, but not required. SELECTION CRITERIA: The selection c riteria are listed below in descending order of importance (first by major criteria and then by each sub-criterion). Criteria A thru E are primary. Criterion F is secondary and will only be used as a tie-breaker among technically equal firms. A. Profession al Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Hydraulic Engineers; (2) Civil Engineers; ( 3) Coastal Engineers; (4) Cost Estimators; (5) G eotechnical Engineers; (6) Economists; (7) Biologists; (8) Environmental Engineers; (9) Geologists; (10) Structural Engineers; (11) Mechanical Engineers; (12) Electrical Engineers; (13) Archaeologists. If an individual will serve in more than one disciplin e, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longev ity with the firm. B. Specialized Experience and Technical Competence: Additional evaluation factors are provided in order of importance: (1) Comprehensive planning and engineering services from Reconnaissance Studies, Feasibility Studies, Engineering Desi gn, through detailed Plans and Specifications for both Inland and Coastal; to include flood damage reduction, coastal erosion and beach nourishment, shoreline and stream bank erosion protection, shallow and deep draft navigation, environmental and eco-syst em habitat restoration, comprehensive watershed evaluations and multi-purpose water resources projects. (2) Experience in all areas of Hydrologic, Hydraulic, Sediment and Coastal Engineering including the use of all HEC software, standard Hydrology and Hyd raulics software, Microstation CADD, and ARCINFO GIS. (3) Experience in planning activities includes plan formulation, economic and socio-economic analysis, historic, cultural and environmental assessments and evaluation. (4) Experience in design of civil works projects. (5) The cost engineer(s) or estimator(s) for this project must be full-time professional cost engineer(s) or estimator(s). The cost estimates for this project will be required to be prepared utilizing MCACES Second Generation (MII) estimati ng software. The firm selected must demonstrate experience utilizing this software either through training or use. (6) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project design-to-cost control , coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $200,000 individual task orders simultaneously. D . Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Geographic Location: Geographic location with respect to the region under consideration. F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, s mall disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Intereste d firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 4:00 p.m.local time on 21 September 2007. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larg er. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is assoc iated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at the website above. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF T HE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. Cover letters and extraneous materials (brochure, etc.) will not be considered. Questions concer ning submissions should be directed to Sherry Turner at (912) 652-5703. **** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS IS NOT A REQUEST FOR A PROPOSAL. This is an UNRESTRICTED solicitation. All qualifie d firms may respond.
 
Place of Performance
Address: US Army Corps of Engineers, Wilmington P.O. Box 1890, Wilmington NC
Zip Code: 28402-1890
Country: US
 
Record
SN01379926-W 20070823/070822071005 (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.