Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2008 FBO #2253
MODIFICATION

C -- INDEFINITE DELIVERY ARCHITECT ENGINEER (A-E) CONTRACT FOR DESIGN

Notice Date
1/25/2008
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Chicago, 111 N. Canal, Suite 600, Chicago, IL 60606
 
ZIP Code
60606
 
Solicitation Number
W912P6-08-R-0008
 
Response Due
3/4/2008
 
Archive Date
5/3/2008
 
Point of Contact
Linda L. Zamarocy, 312-846-5374
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Chicago
(linda.l.zamarocy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
By way of this announcement, the Chicago District Corps of Engineers issues Modification 01 to its intention to award a A&E Design Services, Firm Fixed Price Indefinite Delivery Contract. Prospective sources shall disregard in its entirety the Pre-S olicitation Notice dated Jan 23, 2008 and use the announcement included in this modification 01. By way of this Announcement, the Chicago District Corps of Engineers announces its intention to procure A&E Design Services under a Firm-Fixed-Price , Indefinite Delivery Contract in accordance with the provisions set-forth by the Brooks A&E Act as implemented in the Federal Acquisition Regulation Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications f or the required work. See Numbered Note 24 for general information on the A-E selection Process. The services will consist of A&E Design Services for various civil works projects within the Chicago Districts boundaries (Northeastern, IL and Northern, Indi ana). The possibility exists that work may be performed for Districts within the boundaries of the Great Lakes & Ohio River Division, which includes all or parts of the following 17 States: Minnesota, Wisconsin, Illinois, Indiana, Ohio, Kentucky, New Yor k, Pennsylvania, West Virginia, Tennessee, Alabama, Mississippi, Georgia, Michigan, North Carolina, South Carolina, and Virginia. CONTRACT INFORMATION: Up to two indefinite delivery contracts may be negotiated and awarded from this announcement, each cont ract will consist of a base year and four option years. The amount of each contract will not exceed $5,000,000. Work will be issued by negotiated firm-fixed-price task orders. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The contract(s) are anticipated to be awarded in May 2008. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000.00 in average annual receipts. Competition for this acquisition is unrestri cted to business size. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employe e's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. PROJECT INFORMATION: Work under this contract will include but is not limited to: preliminary assessments; site investigations; preparation of decision documents and records of decision; engineering evaluation and cost analysis; general investigation and design activities; data management; GI S support; database development and maintenance; preparation of plans and specifications; oversight of field operations; and construction management support. The A-E will provide additional services as required to support Great Lakes projects. The contrac t requires professionals in the following fields: hydraulic, environmental, architectural, civil, structural, geotechnical, geologic, hydrogeologic, mechanical, electrical, cost, project management and construction engineers, who are necessary to analyze d ata, perform mathematical and 3D visualization modeling, prepare technical reports, design documentation reports and supplements, prepare plans and specifications, provide cost estimates, conduct independent technical reviews, provide engineering services during construction and assure construction quality. Each of these elements may be required separately or together for the project. SELECTION CRITERIA: Firms m ust demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Criteria a) through d) are primary factors. Criteria e) through g) are secondary factors and will only be used as tie-breakers among firms that are essentially technically equal. a) Specialized Experience and Technical Competence in planning, design, analysis, risk and reliability analysis, mathematical modeling, preparation of plans & specifications, cost engineering, cost estimating, value engineering and construction quality assurance of constructed projects for: 1) Flood Risk Management dams, levees, reservoirs, floodwalls, gatewells, pumps, closure structures and other appurtenant features.2) Great Lak es shoreline structures, revetments, breakwaters, piers, jetties, bulkheads, etc. 3) Ecosystem restoration planning and design including, ecosystem evaluation; environmental resource and soil inventories; natural resource and land use model development; ag ricultural drain tile survey and removal; environmental designs and studies; habitat enhancement; wetland construction and enhancement. 4) Navigational; harbor feratures, locks, gates, and appurtenant features. b) Professionals in the following key disci plines: hydraulic, environmental, civil, structural, geotechnical, geologic, hydrogeologic, mechanical, electrical, cost engineering, project management, architecture and construction. The evaluation of the individuals proposed as members of the project te am will consider experience relevant to the proposed work, education, training, and professional registration. c) Past performance on DoD and other contracts with respects to cost control, quality of work, and compliance with performance schedules. d) Cap acity to perform two concurrent $500,000 work orders within a 6 month period. The evaluation will consider the capability of the firm and sub-consultants in previous similarly sized projects, and the availability of an adequate number of personnel in key d isciplines. e) Geographic location of the principal design office within the Chicago District boundaries. f) Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contr act team, measured as a percentage of the total estimated effort. g) Volume of DoD A-E 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 as des cribed in Note 24. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit six copies of the SF 330 for the prime firm and all consultants to U.S. Army Corps of Engineers, Chicago District, 111 North Canal St reet, Suite 600, Attention: Linda Zamarocy, Chicago, IL 60606 not later than 4:00 PM on March 4, 2008. The SF 330 Part I shall not exceed 75 pages, including no more than 10 pages for Section H. Each side of a sheet of paper is a page. Use no smaller tha n 12 font type. Include the firms ACASS number and the firm's DUNS number in SF 330, Part I, Section H. (For ACASS information call 503-808-4590) In Section H also indicate the estimated percentage involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. THIS IS NOT A REQUEST FOR PROPOSAL. Firms responding to this announcement before the cl osing date will be considered for selection, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualifie d to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on dem onstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Point of Contact Linda Zamarocy, (312) 846-5374 Email your questions to US Army Engi neer District, Chicago, IL at Linda.l.zamarocy@usace.army.mil.
 
Place of Performance
Address: US Army Corps of Engineers, Chicago 111 N. Canal, Suite 600, Chicago IL
Zip Code: 60606
Country: US
 
Record
SN01493064-W 20080127/080125233928 (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.