Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2008 FBO #2284
SOLICITATION NOTICE

C -- The U.S. Army Corps of Engineers, Huntington District announces procurement for Engineering, Design and Related Services for Great Lakes and Ohio River Division

Notice Date
2/25/2008
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-08-R-0015
 
Response Due
3/26/2008
 
Archive Date
5/25/2008
 
Point of Contact
Ginny M Morgan, 304-399-5963
 
E-Mail Address
Email your questions to US Army Engineer District, Huntington
(ginny.m.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the requ ired work. The U.S. Army Corps of Engineers, Huntington District, proposes to obtain the services for UP TO THREE multidiscipline Indefinite Delivery Architect-Engineer (A/E) contracts for engineering, design and related services. Architect-Engineer desi gn services are required for projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries to include Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh District s. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage rates will be furnished and new line items included by modification. One indefinite delivery contract will be negotiated and awarded with a base year and four option years. The amount of the contract will not exceed $5,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. The remaining two contracts may be awarded within 12 months depending on workload and contracting requirements. (Note: The remaining two contracts, if awarded, will also have a base period not to exceed one year with up to four additional option periods not to exceed one year each that may also be awarded.) The criteria to be used in allocating task orders among the contracts will be based on the following: (1) contract minimums - task orders will be distributed to assure the guaranteed minimums are met; (2) past pe rformance on previous task orders - the quality and timeliness of work delivered on prior jobs under the current contract; (3) current capacity to accomplish the task order in the required time; (4) unique specialized experience; (5) equitable distributio n of work among the contractors. The first contract is anticipated to be awarded in June 2008. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work it intends to subcontract. The plan is not required with this submittal. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see FA R 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). 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 1-888-227-2423. 2. PROJECT INFORM ATION: The A-E services to be provided under these contracts will be multidisciplinary (see paragraph on Specialized Experience and Technical Competence) in nature to support our mission to plan, design, construct, operate and control reservoirs and dams, flood damage reduction projects, navigation projects, and Support for Others type projects. The A/E will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering, e nvironmental and architectural services to include, but not limited to, planning engineering investigations/studies; designs; reports; construction plans and specifications; preliminary cost estimates; general construction and engineering type surveys; and related services; Computer-Aided Design and Drafting (CADD); and construction inspection/quality assurance. Work shall be accomplished in full compliance with established Corps of Engineers manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. Drawings must be prepared on a CADD System (the tri-Services CADD Standards ) and must be 100 percent compatible with Intergraph CADD system or translated at 100 percent compatibility for the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred. Work may require using the metric system. All work shall be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format. 3. SELECTION CRITERIA: The selection criteria for these contracts are listed below in descending order of importance (first by major criterion and t hen by each sub-criterion). Criteria A-H are primary. Criteria I-K are secondary and will only be used as tie-breaker among firms that are essentially technically equal. (A) Specialized Experience and Technical Competence: Firms must demonstrate experien ce and will be ranked in descending order on dams, flood damage reduction projects (floodwalls, and levees), navigation projects, civil site layout (preparation of applications for NPDES, as well as, construction permits, performing civil site layout to de rive a reasonable and logical sequence of construction activities), risk and reliability, mechanical, electrical, hydraulic steel structures (fracture critical), rehabilitation of existing locks and dams, finite element analysis and design, educational (K- 12) and public buildings, pump stations, sanitary and water projects, recreation, bridge design and inspections, roads, bank protection/channel improvement, residential and commercial floodproofing, other architectural services, hydrologic and hydraulic st udies, geotechnical, planning studies, ecological stream restoration and natural remediation, and related services, drafting and construction inspection. (B) Professional Qualifications: The evaluation of professional qualifications will consider releva nt experience, education, training, professional registration, organizational certifications and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training and specific work experience of key personnel. The firm must staff the necessary Registered/Licensed Engineers, Architects and Surveyors having the professional qualifications and specialized experience to per form and/or oversee that all work is accomplished as required by law and professional engineering architectural and surveying practices. Firms will be ranked on the above qualified registered professional personnel in the following key disciplines in desc ending order: Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Specification Writers, Estimators, Sanitary Waste Engineers, Hydraulic Engineers, Geotechnical Engineers, Geologists, Planners, Architects, Professional Survey ors, Environmental Engineers, Environmental Geologist, Biologist (Ecologist), Hydrogeomorphologist, Chemist, Industrial Hygienist, Construction Inspector/Quality Assurance and Engineering Technicians (Draftsmen/CADD Operators). (C) Past Performance: Past Performance on DoD and other contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. The PPIRS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. Firms must demonstrate ability to design projects within constrained design and construction schedules and funding limitations. (D) Quality Management System : The evaluation will consider the firms Quality Management System. Firms must describe their quality control procedures; quality assurance procedures with any subcontracts and procedures for continual improvement and ensuring customer satisfaction. St ate any experience with the ISO 9001 standard and the DrChecks automated comment and response system. The Huntington District Quality Management System can be found at http://ecpub.lrh.usace.army.mil/ec/ecm/ecmq/ISO/ISO_9000.htm. (E) Knowledge of the Loc ality: Knowledge of the geographical and geological features, construction and material standards and construction and permits and licenses for areas in the Great Lakes and Ohio River Division. (F) Capacity: Capacity of the firm to perform approximately $1,000,000.00 in work for the required type in a one-year period and accomplish the anticipated work in an efficient manner. The evaluation will consider the availability of an adequate number of personnel in key disciplines. The firm should have one po int of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Subcontracting with firms with specialized experienced areas is encouraged. Include an organization chart of the key personnel to be assigned to th e project. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive technical support; ability to provide necessary personnel for expedited, complex and unexp ected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. (G) CADD: All drawings and exhibits for design work, survey ing work, drawings, maps, and details to be provided under this contract shall be accomplished and developed using computer-aided design and drafting (CADD) software and procedures conforming to the following criteria: Data submitted by the Contractor mus t be 100% compatible with or must be translated to 100% compatibility. The phrase 100% compatible means data can be accessed directly by the target CADD system without translation, preprocessing or post processing of the electronic digital data files. It is the responsibility of the contractor to ensure this level of compatibility. The target CADD platform is a Generic Personal Computer (PC) running Windows 2000 Professional operating system. The target CADD system shall include, but not be limited to, the following software applications: (1) A/E/C CADD Standard Release 3.0 September 2006, (2) Bentley ProjectWise V8 XM Edition Version 8.9, (3) Bentley Microstation V8 XM Edition Version 8.9, (4) Bentley Microstation Iras B XM Edition Version 8.9, (5) Ben tley Microstation Descartes XM Edition Version 8.9, (6) Bentley InRoads Suite XM Edition Version 8.9, (7) Bentley ProjectWise InterPlot Server and Client V8 XM Edition Version 8.9, (8) Bentley InterPlot Raster Offline Driver Pack Version 2.1, (9) NetSPEX D esigner Version 3.0.225, (10) Windows XP Professional operating system, (11) Microsoft Office Suite 2003, (12) Winzip version 10. (H) Small Business Participation: Extent of participation of small business (SB), small disadvantaged businesses (SDB), woma n-owned (WO), HUBZone (HUBZ), service disabled veteran owned (SDVOSB), historically black colleges and universities (HBCU) and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the S B, SDB, WO, HUBZ, SDVOSB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. (I) Geographic Proximity: Location of the firm in the general geographical area of the Huntington District headquarters. (J) Equitable Distribution of D oD Contracts: 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 qua lified firms, including small business and small disadvantaged businesses (K) Electronic Transfer: The evaluation will consider ability to deliver electronic data using the Huntington Districts Content Management System  ProjectWise, video conferencing and communicating via the Internet and email. Firms must also submit a list of all significant equipment and software intended to be used on this contract. 4. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this pr ocurement on the face of the envelope/package containing the proposal. Interested firms having the capability to perform this work must submit two copies of SF 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants to the above address not later than 4:30 PM on March 26, 2008. Include the firms DUNS number in SF 330, Part II, Block 4. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to fi rms during the announcement period. This is not a request for proposal. The POC for this procurement is Karen.L.Simmons@usace.army.mil.
 
Place of Performance
Address: USACE, Huntington District ATTN: Karen Simmons, CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN01516172-W 20080227/080225230228 (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.