Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOLICITATION NOTICE

C -- The previous solicitation W912P5-08-R-0008 is amended to W912P5-08-R-0004. The Nashville District, USACE, intends to award up to four IDIQ A/E contracts for Lock and Dam Design Services for continuing work at Chickamauga and Kentucky Locks.

Notice Date
11/21/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-08-R-0004
 
Response Due
1/10/2008
 
Archive Date
3/10/2008
 
Point of Contact
J.W. Purcell, 615-736-7569
 
E-Mail Address
Email your questions to USA Engineer District, Nashville
(james.w.purcell@lrn02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for architect - engineer services prepared in accordance with the format in Subpart 5.2, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ; a written solicitation will not be issued. Numbered Note 24 applies. 1. CONTRACT INFORMATION: The Nashville District, U.S. Army Corps of Engineers intends to award up to four Indefinite Delivery Contracts for Lock and Dam Design Services at Chickamauga L ock, Kentucky Lock, and at possible other various locations within the District. The contracts may also be utilized within the Lakes and River Division (LRD) at the Governments discretion. The NAICS code will be 541330, Engineering Services, SIC code 8711. The contract duration will be five years. Tasks will be directed by individually issued task orders. More than one task order may be issued concurrently. For each contract the total cumulative amount will not exceed $3,000,000, with no one task order exceeding $1,000,000. The contracts are anticipated to be awarded in February 2008. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiations based on demonstrated co mpetence for the required work. Offerors are cautioned to read this announcement in its entirety. This announcement is open to all businesses regardless of size. Small businesses are encouraged to team with other businesses. Large business firms that inte nd to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. If selected, the large business offeror will be required to submit a Sm all Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.7704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subco ntracted work; goals of 44.8% to small business; 19.9% to small disadvantaged business (a composite of small business); 5.4% to women-owned business (a composite of small business); 9.2% to HUBZone small business (a composite of small business); and 1.5 % to service-disabled veteran-owned small business (a composite of small business and veteran-owned small business) are established. Written justification must be provided if the minimum small business goals cannot be met. The small business subcontracting p lan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site 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 require structural, me chanical, and electrical designs for new and ongoing navigation lock and dam projects. All CADD services must be compatible with Microstation. Tasks may include but are not limited to engineering investigations, reports, designs, construction plans and specifications, MCACES cost estimates, and engineering during construction support for new and current navigation locks and dams projects. The contract may also be used to accomplish major maintenance and repair designs for existing navigation locks and d ams. 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Factors listed below will be rated based as follows: criteria A-E are primary, and criteria F-H are secondary and will only be used as tie breakers among the most highly qualified technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technica l competence of the prime firm and any subcontractor in the type of work described in paragraph 2, above, titled Project Information. Evaluation factors will include knowledge and experience in the design of new navigation lock and dam projects within the last five years. The effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors will also be evaluated. A single point of contact for the prime must be clearly identified in the subm ittal. B. KEY PERSONNEL. Evaluation of professional qualifications will include the experience, education, training, and registration of the key project management and technical personnel to be assigned to the contract. C. CAPACITY. The ability to accom plish simultaneous action on several design tasks at one time will be evaluated. D. KNOWLEDGE OF LOCALITY. The knowledge of the general locality of the Nashville District and the specific conditions associated with the Tennessee and Cumberland River navig ation projects will be evaluated. E. PAST PERFORMANCE. Past performance on DoD and other contracts with respect to quality of work, compliance with performance schedules and cost control will be reviewed. Indication of favorable performance ratings, awar d s, and repeat clientele in Section H of SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. The evaluation of this factor will be based on the past performance information from the previous five years. F. SMALL BUSINESS PARTICIPATION. Degree of participation of all types small business as subcontractor, or joint venture partner will be evaluated. All offerors (except small businesses) who plan to subcontract po rt ions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: (1) Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. (2) The extent to whi ch small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI), have been identified for participation as part of the offeror's team. (3) The offeror's past and present commitment to p roviding subcontracting opportunities and encouragement to small and small disadvantaged businesses. G.VOLUME OF DoD CONTRACT AWARDS. Volume of DoD contract awards in the last 12 months will be evaluated. H. LOCATION. Location of the firm and the propos ed team in the general geographic area of the Nashville District will be considered. 4. SUBMISSION REQUIREMENTS. Interested firms having the capacity to perform this work must submit two copies of their SF 330 by close of business on 10 January 2008. Doc uments submitted by Express Mail should be sent to: US Army Corps of Engineers, ATTN: J.W. Purcell, Room A-604, 110 9th Ave. South, Nashville, TN 37203. Any submissions received after the stated time will be considered late and will be processed in accord ance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Electronic submission is permitted, but the entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Ado be 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 larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.1 1 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 associated with. Cover letters and extraneous materials (brochures, etc.) will not be considered. Representations and Certifications must be completed electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov within the past 12 months. No other general notification to firms under consideration for this work will be made, and no further action is required. Questions concerning submissions should be directed to J. W. Purcell at (615) 736-7569. PERSONAL VISITS for the purpose of disc using this announcement ARE DISCOURAGED. THIS is NOT a REQUEST for a PROPOSAL.
 
Place of Performance
Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
Country: US
 
Record
SN01456891-W 20071123/071121223936 (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.