Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

C -- Indefinite Delivery Contract IDC-PL-3002 for General Architect-Engineer (A-E) Services, primarily within New York District's boundaries and other Corps of Engineers locations within NAD/MSC boundaries

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
FBOAE0706
 
Response Due
10/5/2007
 
Archive Date
12/4/2007
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Contract IDC-PL-3002 for General Architect-Engineering (A-E) Services, primarily within New York District's boundaries and other Corps of Engineers locations within NAD/MSC boundaries Please prepare an announcement for publication in the FedBizOpps based upon the following: 1. CONTRACT INFORMATION: This contract 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. The purpose of this Indefinite Delivery Order Contract (IDC) is to secure various engineering and Shore Protection services in support of civil works activities both within and outside the New York District boundaries. This IDC is unrestricted and open to all A-E firms. One (1) A-E firm will be selected from this announcement. The number-one-ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The selected A-E firm will need to be familia r with the Architect-Engineer Contract Administration Support System (ACASS). The ACASS system is a web-based application that can be accessed via the internet website, http://cpars.navy.mil/. The length of the contract is a maximum of 60 months and does not include option periods. The total capacity of the contract is $5,000,000 (EFARS 36.601-3-90(b)). Where necessary, the contract amount shall be amended to a total of up to but not more than $12,000,000. Task Orders will be issued by negotiated firm-f ixed-price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. The Government shall be under no obligation to issue any particular number or types of orders. In case no task orders are issued , the contractor is entitled to recover the amount it lost as a result of the breach, up to the minimum amounts. The contractor is only due any reasonable cost incurred for standing by and lost profits. Labor rates for each discipline, overhead rates, a nd escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th, and 5th calendar years of the contract. It is the intent of the New York District to not have a hollow contract.December 2007 is the approximate award date of the contract. The wages and benefits of service employees (See FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Servic e Contract Act, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet sit e at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: This contract will provide architect and engineering services for flood damage reduction, shoreline stabilization and erosion control, coastal processes, and environmental restoration studies, which will analyze aquatic ecosystem restoration problems and o pportunities throughout the region. This work will be primarily within the New York District boundaries and other Corps of Engineers locations within the NAD/MSC boundaries. This contract will provide integrated architect and engineering services, includ ing, but not limited to, the actual surveying and the interpretation and integration of typographic/bathymetric surveys, biological and cultural resources surveys, GIS data, hydraulic/hydrologic engineering, hydrodynamic modeling, geotechnical engineering, cost estimating, and incremental cost analyses into feasibility reports and related National Environmental Policy Act (NEPA) documents. Other potential tasks may include civil design/structural engineering (especially as related to design of ha bitat), geotechnical work, study of estuarine ecology, ecosystem restoration design, habitat evaluation, and environmental analysis and assessments as related and required for feasibility study, plan formulation, economic analyses, and report preparation. The contract will also provide for the preparation of a variety of reports and feasibility level NEPA documents, including either an Environmental Assessment or Environmental Impact Statement, that integrate HTRW assessments and both chemical and physical soil borings and sediment testing. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E, inclusive, a re primary. Criteria F through H, inclusive, are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Primary Selection Criteria: A. Specialized Experience and Technical Competence --(1) Demonstrated actual experience in: (a) littoral budget(b) beach, coastal, and coastal inlet structural design(c) non-structural alternative analysis and design, including buy outs(d) recreational analysis(e) storm damage and benefit analysis and coastal processes analysis, including hydrodynamic analysis of estuaries and interior systems(f) beach surveys(g) hydrographic surveys(h) mapping, including beach profiling and wate rway cross-section(i) aerial photography(j) environmental assessments(k) cultural resources assessment(l) demonstrated ability to perform offshore subsurface exploration Special qualifications include, but are not limited to: capability and experience to use specialized computer programs such as MCACES and Arc View, water resources planning, formulation and evaluation, engineering investigations, environmental inventorying, design and monitoring of estuarine habitat, environmental testing and analysis, rep roduction of studies and reports, and aerial photography. The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contra ctors and demonstrate the ability to handle the large volume of work under strict deadlines. The contractor must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced.(2) Demonstrated ability to produce quality designs. Evaluation will be based on the firm's analysis and design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors, a nd quality control procedures. The basis for the evaluation will be the information in Section H of SF 330. B. Professional Qualifications -- Consideration will only be given to firms that assemble a team of in-house and consultants with a professional staff consisting of the following:(1) Project Manager (resume required)(2) Structural Engineer (resume required)(3) Civil Engineer (resume requi red)(4) Mechanical Engineer (resume required)(5) Electrical Engineer (resume required)(6) Hydraulic/Hydrologic Engineer (resume required) (7) Coastal Engineer with experience in coastal processes analysis and coastal structures, such as, bulkheads, jetties, groins, and shore protection; and beach designs (resume required)(8) Marine Engineer (resume required)(9) Cost Engineer with ability to produce MCACES Gold cost estimates (resume required)(10) Geotechnical Engineer (resume required)(11) Land Surveyor (resume required)(12) Biologist (resume required)(13) Ecologist/Environmental Scientist (resume required) (14) Geologist/Hydrogeologist (resume required)(15) Environmental Engineer(16) Soil Scientist(17) GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (18) Bioengineer(19) Environmental Assessment Specialist(20) HTRW Assessment Specialist(21) Habitat Assessme nt Specialist(22) Real Estate Assessment Specialist (23) Technical Writer(24) Planner(25) Economist with experience in performing cost/benefit analysis on civil works projects, especially on shore protection projects. The contractor should be familiar with current U.S. Army Corps of Engineers regulations, g uidelines, and procedures, and with the general geographical area, especially with the boundaries of the New York District. Evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of SF 330, which includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of SF 330. Supervisory and/or key personnel should have Professional Engineer (P.E.), Project Management Professional (P. M.P.), or Professional Land Surveyor (P.L.S.) certification. Projects designed under this contract may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearance s are not required at the time of selection or award of a contract. C. 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. References and letters of recommendation from customers addressing your fi rms cost control, quality of work, and schedule compliance capabilities may be included in Section H of SF 330. The letters should be for projects of a similar nature and shall be no older than three (3) years to be considered. D. Knowledge of local cond itions within New York and New Jersey, specifically regarding climatic conditions and cold weather design (key disciplines: coastal engineer, civil engineer); local construction methods (key disciplines: coastal engineer, civil engineer, economist); and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key discipline lead designers (one per discipline) as stated in Section E of SF 330. The more New York and New Jersey projects listed, the higher the rating.E.Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: coastal engineering, civ il engineering, economics, and quantity estimators. The evaluation will look at numbers listed in Part II of SF 330 to evaluate the overall capacity of the team. Include a Part II form of SF 330 for each firm and each office of each firm that is part of the proposed team. Secondary Selection Criteria: F. Extent of participation of small businesses (including women-owned), 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. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conrorming to the requirements of FAR 19.704 and DFARS 219.7. The small business goals are as follows: Small Business 51.71%, Sm all Disadvantaged Business 8.89%, HUBzone Small Business 7.37%, Women-Owned Small Business 3.13%, Veteran-Owned Small Business 3%, Service-Disabled Veteran Owned Small Business 2.0%. A subcontracting plan reflecting goals less than indicated, shall provid e, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy Small Business advocate or your local SBA for assistance. A contract will not be awarded until the Cont racting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, Hubzone Small Business and Small Disadvantaged and Wo men-Owned Small Business program concerns to participate in contract performance. G.Location of the firm in the general geographical area of New York District boundaries.H.Volume of DoD A-E contract awards in the last 12 months, with the objective of effec ting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses (SB) and service-disabled businesses (SDB).4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) copies of SF 330 Part I and three (3) copies of SF 330 Part II for the prime firm and all consultants to the address below not later than the response date indicated above. Solicitation packages are not provided. This is not a request for proposal. The SF 330 can be found on the following GSA website: ttp://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6. The forms can be downloaded into a pfd file type. Each key office on the team should indicate a DUN S # in Block 4 of Part II on the SF 330, and include the prime firms ACASS number in Block H. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to ninety (90) pages. Section E is limited to forty (40) pages. Each page shall be numbered. Supplemental information on the SF 330 is posted on USACEs New York District website: http://www.nan.usace.army.mil. Submit three (3) completed SF 330s to: Attn: Mr. Stephen DiBari, P.E. CENAN-EN-M, Room 2037, U.S. Army Corps of Engineers, 26 Federal Plaza New York, NY 10278 Submittals will not be accepted after 4:00 p.m. on the original response date (5 October 2007) shown in the advertisement on the FedBizOpps website. Facsimile transmissions of the SF 330 or electronic copies will not be submitted. Due to heightened securi ty around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DOD contracts. ACASS is a web-enabled application that s upports the completion, distribution, and retrieval of Architect-Engineer (A-E) contract performance evaluations (DD Form 2631). Contractor Representatives are responsible for reviewing and commenting on evaluations submitted by Government Assessment Repo rting System (CPARS) website at http://cpars.navy.mil/. To access reference material, training information, and a practice session, click on ACASS underneath Web Applications on the weblink listed above.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01391004-W 20070901/070830222412 (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.