Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2008 FBO #2237
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER CIVIL WORKS PLANNING STUDIES CONTRACT FOR THE ALBUQUERQUE DISTRICT CORPS OF ENGINEERS

Notice Date
1/9/2008
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-08-R-0009
 
Response Due
2/8/2008
 
Archive Date
4/8/2008
 
Point of Contact
Linda Anderson, (505) 342-3451
 
E-Mail Address
Email your questions to US Army Engineer District, Albuquerque
(Linda.J.Anderson@spa02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: One Indefinite Delivery Contract will be awarded for Architect - Engineer Civil Works Planning Studies and associated design, for a period of one year with Options for four additional years. The contract will be primarily f or flood control, recreation planning, ecosystem restoration, watershed studies, river modeling, hydrologic and hydraulic analysis, hydraulic design, geomorphic assessment and sediment transport, water quality analysis, and field data acquisition within th e Albuquerque District boundaries, which include Southern Colorado, New Mexico and Southwest Texas. However, the Contractor may be required to perform work outside this geographical area. The successful firm may be utilized for complete projects or in su pport of in-house efforts. This Contract will be procured in accordance with Pl 92-582 (Brooks A-E Act) and FAR Part 36. Work will be negotiated and initiated by issuance of delivery orders, which will not exceed $12,000,000 over the life of the contract . The successful firm is guaranteed no less than $40,000 for the basic year and, if the option years are exercised, the firm shall be guaranteed no less that $20,000 for each option year. The anticipated Contract award date is March 2008. This procureme nt is unrestricted. 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 Service Contract Act. In accordance with Public Law 95-707, lar ge business firms are reminded that a subcontracting plan will be required which provides for subcontracting work to small and small disadvantaged firms to the maximum extent practicable. If any of the work is to be subcontracted, the Albuquerque District goal is for 51.2% of the subcontracted dollars to go to small business with 8.8% of those dollars going to small disadvantaged business, 7.3% of those dollars to woman owned business, 3.1% of those dollars to HUB-zone small businesses and 1.5% of those do llars to service disabled veteran owned small business. To be eligible for contract award, a firm or Joint Venture must be registered in the DOD Central Contractor Registration (CCR). Register via the Internet Site at www.ccr.gov. 2. PROJECT INFORMATIO N: The work may include any and all types of data collection, analysis, report preparation, design, budgeting, review, coordination, and facilitation in support of the Albuquerque Districts Civil Works Water Resource Planning Program and Water Operations. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through h are secondary and will be used as 'tie- breakers' among technically qualified firms. a. Demonstrated Specialized Experience and Technical Competence in: 1) Recent experience in Corps of Engineers Water Resource Reconnaissance, Feasibility, and Watershed Studies. 2) Application of associated Engineering, Environmental, Economic, and other social factors to the formulation and evaluation of recommendations determining the Federal Interest in Water Resource Projects. 3) Development of environmental impact statements, environmental assessments, ecological surveys, NEPA and ESA compliance, and ecosystem restoration plans. 4) Flood control, recreation planning, risk assessment, surface water and groundwater modeling, hydrologic and hydraulic analysis and modeling, hydraulic design, geomorphic asse ssment and sediment transport, water and sediment chemical and qualitative analysis. 5) Developing and running complex river operational scenarios including use of RiverWare modeling software, including the development of operational rules, physical proce sses and accounting, and field data acquisition (including field surveys). 6) HEC suite of software for watershed modeling, hydrologic analysis, and sediment t ransport. b. Professional Qualifications: Firms must be able to provide registered professionals assigned in the Civil Engineer positions to include site development, structural design, geotechnical design and hydraulic design. Additional disciplines r equired for this work include: Project Manager, Cost Estimator, Environmental Specialist, Civil Planner/Formulator, Hydrologist, Biologist/Ecologist, Fisheries Biologist, Hydrogeologist, Geomorphologist, Economist, Outdoor Recreation Planner, GIS Specialis t, Public Affairs Specialist, and CADD Technicians. The Project Manager(s) must have experience managing planning studies for Corps of Engineers projects. The Cost Estimator must have M-CACES version MII experience. The firm must provide personnel that are familiar with COE planning criteria and policy. The firm must provide individuals with experience in running and programming RiverWare software, and in running FLO-2D and MODFLOW software. The firm must also provide CADD Technicians familiar with Auto CAD 2006 (or later) and MicroStation V8 (or later) software, and the Tri-Services CADD Standards. The firm must have staff experienced in the ESRI ArcMap GIS software and the HEC extensions in Arc-GIS. c. Past Perfromance: Past performance on DOD and oth er contracts in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. d. Capacity: The firm must demonstrate the capacity to accomplish two concurrent delivery orders. e. Knowledge of the Locality: Firms knowledge of the area encompassed by the Albuquerque District will be a consideration including knowledge of Native American issues, Tribal law and Federal-Tribal relationships. f. Geographic Location: Geographic location of the Office(s) to perform th e work with respect to the Albuquerque District Boundaries will be a consideration. g. Volume of Work: Volume of DOD contract awards in the last 12 months as described in Note 24. h. SB and SDB Participation: Extent of participation of SB, SDB, histori cally black colleges and universities and minority institutions, women owned, Hub Zone and service disabled veteran service related business in the proposed contract team, measured as a percentage of the estimated effort. In the evaluation of primary and secondary factors, in-house capabilities will be weighted heavier than subcontracted work. Joint Venture Firms will be considered as having capabilities in-house. 4. GENERAL INFORMATION: See note 24 for general submission requirements. Interested fir ms having the capabilities to perform this work must submit one copy of SF 330 'Architect Engineer Qualifications' for the prime firm and all consultants to the above address not later than the close of business on the 30th day after the date of this annou ncement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the next business day. Solicitation packages are not provided. The solicitation number is W912PP-08-R-0009. Only data furnished by the responding f irm on the SF 330 will be considered in the selection process. Responding firms are requested to clearly identify tasks to be performed in-house and tasks to be subcontracted. In addition, firms shall submit Part II of the SF330 for each branch office and subcontractor office that will have a key role in the proposed contract. The SF 330 should specifically address the requirements of this announcement. Responding firms are requested to summarize their Quality Management Plan and identify all relevan t computer capabilities in Block H of the SF 330. Firms shall include only 10 PROJECTS TOTAL in Block F of the SF 330. FIRMS SHALL LIMIT BLOCK H OF THE SF 330 TO NO MORE THAN 10 PAGES. The POC is Linda J Anderson (505) 342-3451. No other general notifi cations will be made and no further actions will be required from firms under consideration. This is not a Request For Proposal.
 
Web Link
Albuquerque District Home Page
(http://www.spa.usace.army.mil)
 
Place of Performance
Address: US Army Engineer District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
Country: US
 
Record
SN01482157-W 20080111/080109224523 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.