Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) CONTRACT, GENERAL DESIGN SUPPORT SERVICES PRIMARILY WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT

Notice Date
7/29/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New Orleans, US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P808R0050
 
Response Due
8/28/2008
 
Archive Date
10/27/2008
 
Point of Contact
Sally Leingang, 504-862-1665
 
Small Business Set-Aside
N/A
 
Description
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. North American Industrial Classification System (NAICS) Code is 541330. This is an UNRESTRICTED solicitation. All qualified business concerns may submit offers. Offers from large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The US Army Corps of Engineers FY 08 subcontracting goals are for specified percentages of the contractor's total planned subcontracting amount to be placed with the following: Small Business 70%; Small Disadvantages Business, 6.2%; Women-Owned Small Business, 7.0%; Service-Disabled Veteran-Owned Small Business,.9%; Veteran Owned Small Business, 3% and HUB Zone Small Business, 9.8%. To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR) via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. ATTENTION: Effective January 1, 2005, all contractors who submit an offer/bid is required to register in the Online Representations and Certifications Application (ORCA). See FAR clauses 52.204-7 and 52.204-8 for requirement information. The web site for ORCA is http://orca.bpn.gov. ORCA registration replaces some of the Representations and Certifications. An Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price (FFP), contract will be negotiated and awarded with a base period not to exceed one year and four option periods not to exceed one year each. The anticipated award date will be on or about December 2008. Contract ceiling will not exceed $5,000,000 or 5 years in duration whichever comes first. $20,000 is guaranteed for the original contract period, and $10,000 per year for each additional option year. The Government reserves the right to exercise the contract options before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined relative to the employees office location (not the location of the work). Work will be assigned by negotiated task orders. 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 for work it plans to subcontract. The plan is not required with this submittal. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the New Orleans District. Secondarily, this contract(s) may be used to provide services within the geographic boundaries of any other U.S. Army Corps of Engineers District. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the New Orleans District. 2. PROJECT INFORMATION: a. The work will involve engineering design support during construction (EDC) for pumping station fronting protection projects along the Algiers Canal, part of the Westbank and Vicinity Hurricane Protection Project. EDC responsibilities include attending the pre-construction conferences; responding to the Contractors Requests for Information and Clarifications; reviewing submittals from the construction contractor; performing bi-weekly site visits with the objective of witnessing construction practices, observing conditions, and documenting from the designers perspective the implementation of the designers product. The A-E shall be responsible for all engineering, plans and specification revisions required during construction of the projects which are necessitated by different site conditions, inadvertent errors and omissions in original contract documents or a project feature design change. The A-E shall also be responsible for coordination of all design changes with the Government and the local sponsor. All information shall be submitted to the Government in an expeditious manner to avoid delays to the construction Contractor. b. The work may also involve investigations, comparisons, data evaluations, analysis, design, technical writing, geotechnical design, CADD drafting for design reports, feasibility studies, plans and specifications or other engineering documents. Surveying and the use of aerial mapping are required to support this work. c. The work may involve the following disciplines: Structural, Civil, Geotechnical, Hydraulic, Mechanical, Electrical, Cost Engineering, Architecture, Landscape Architecture, Environmental Engineering, Biology, Computer Programmer and Surveyor. d. The work may involve the following types of projects, and projects may be at any stage, may involve new or existing structures: Hydraulic structures such as locks, floodgates, flood control structures, pump station fronting protection, floodwalls, levees, navigation structures, drainage canals and structures, prestressed and post tensioned concrete structures, pumping stations; marine structures such as bulkheads, dolphins, fenders, guide walls, jetties; highway work such as roads, culverts and bridges; buildings such as warehouses, pump houses, or offices related to the structures above; flood control and hurricane protection projects; freshwater diversion projects and other multi-purpose projects. e. The work may involve the following types of related work: site layout, development of real estate rights-of way drawings, architectural treatments, landscaping, perform soil borings, soil testing to determine soil properties and provide boring logs in accordance with the Corps New Orleans District geotechnical criteria, pile capacity curves, soil pressures, seepage and dewatering analysis, stability analysis, surveys and the use of aerial photographic coverage to locate features and develop topographic maps, contour maps, profiles and sections, both land based and hydrographic. 3. SELECTION CRITERIA: The selection criteria are listed below in order of precedence. Criteria (a) thru (e) are primary. Criteria (f) thru (h) are secondary and will be used only as tie-breakers among technically equal firms. a. Specialized experience and Technical Competence of the firm and its key personnel to perform the services and produce the engineering documents listed in paragraph 2 above. b. Professional qualifications of the key design personnel, including professional registration in engineering, architecture and surveying, available to work on this contract in the following disciplines: Structural Engineering, Civil Engineering, Hydraulic Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering and Cost Engineering; Architecture, Surveying and CADD technology and Environmental Engineering. c. Capacity (personnel and equipment) to perform the work in the required time using all of the latest versions of commercial and Corps software packages utilized by the Corps; produce georeferenced CADD drawings in the MicroStation format; perform land based and hydrographic surveys; and provide the following minimum personnel: three structural engineers, three civil engineers, two geotechnical engineers, one hydraulic engineer, one cost engineer, one electrical engineer, two mechanical engineer, one architect, one registered land surveyor and one micro station CADD technician, two 4-person survey parties and one environmental engineer. d. Knowledge of geologic area, within the Limits of the New Orleans District. e. Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules. f. Location of the design firm in the general geographical area of the New Orleans District. g. Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUB Zone small businesses, historically black colleges and universities, and minority institutions on the proposed contract term as measured as a percentage of the estimated effort. h. Volume of DoD A-E Contract Awards in the last 12 months with the objective of affecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms, which meet the requirements described in this announcement, are invited to submit 5 copies of SF 330 2004 for the prime firm and all subcontractors and consultants to the address below not later than 3:00 p.m. on 28 July 2008. Include the firm's DUNS number in SF 330, Block H. For ACASS information, call (503)808-4590. In Block E of the SF 330, include an organizational chart, equipment requirements, and the use of subcontractors or consultants and describe the firm's design quality control plan, including coordination of sub-contractors and consultants. Complete Safety Plan will be required after contract award. Safety performance data (person-hours lost) must be submitted including data for any sub- contractors. A detailed Quality Control Plan must be received and approved by the Government prior to contract award. For Overnight or courier deliveries, the physical address is U.S. Army Engineer District, New Orleans, 7400 Leake Avenue ATTN: CEMVN-CT-P, Room 163, New Orleans, LA 70118. This is not a Request for Proposal. Refer to Solicitation No. W912P8-08-R-0050.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd30298abf38f4312f75b2f23727393b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN01625205-W 20080731/080729223121-fd30298abf38f4312f75b2f23727393b (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.