Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

C -- This amendment is issued to extend proposal response date from 18 August 2008 to 27 August 2008

Notice Date
8/13/2008
 
Notice Type
Modification/Amendment
 
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
W912P8-08-R-0078
 
Response Due
8/27/2008
 
Archive Date
10/26/2008
 
Point of Contact
Phillip Barker, 504-862-1838<br />
 
Small Business Set-Aside
N/A
 
Description
. CONTRACT INFORMATION: This requirement is being procured in accordance with PL 95-582 (Brooks A-E Act) and 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. 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.Effective January 1, 2005, all contractors who submit an offer are 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 may replace some of the Representations and Certifications. An Indefinite Delivery, Indefinite Quantity (IDIQ) type contract will be negotiated and awarded with a base period not to exceed one (1) year and four (4) option periods not to exceed one (1) year each. The amount of work under this contract (base period plus option periods) will not exceed $90,000,000.00. The ceiling capacity is $30,000,000.00 for the base and first option periods, $10,000,000.00 each for option periods three, four and five, for a contract duration of five (5) years. The minimum guarantee is $600,000.00 for the contract. II. Anticipated award date is on or about December 2008. The Government reserves the right to exercise the contract options before the expiration of the current contract period, if the contract capacity for the current period has been exhausted or nearly exhausted. The wages and benefits of service employees (see FAR Subpart 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). This announcement is unrestricted and open to all businesses regardless of size. The work will be executed by negotiated task orders not to exceed base contract amount $30,000,000.00. Task orders may be awarded as Firm Fixed Price (FFP), Labor Hours, or a combination thereof. The primary purpose of the proposed contract is to provide services for projects located within the geographic boundaries of the New Orleans District. II. PROJECT INFORMATION: 1. The work may involve investigations, comparisons, data evaluations, analysis, design, cost estimating, technical writing, and CADD drafting for design reports, concept studies, plans and specifications or other engineering documents, Value Engineering, engineering during construction and construction management services. Surveying and the use of aerial mapping are required to support this work. 2. The work may involve the following disciplines: Structural, Civil, Geotechnical, Hydraulic, Environmental, Mechanical, Electrical and Cost Engineering; Construction Management (including contract document preparation, on-site inspection, materials testing, QA, submittal management, cost estimating, scheduling, safety and progress monitoring, etc); Architecture; Landscape Architecture and Survey. 3. The work may involve the following types of projects, and work may involve new or existing structures: Hydraulic structures such as locks, floodgates, flood control structures, floodwalls, levees, navigation structures, drainage canals and structures, pre-stressed 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; and buildings such as storage facilities, pump houses, or offices related to the structures above. 4. The work may involve the following types of related work: site layout; real estate rights-of-way drawings; HTRW investigations; architectural treatments; landscaping; soil borings and soil tests to determine soil properties in accordance with the Corps` 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. 5. The instrumentation and evaluation work may involve the following: a. Surveying and instrumentation data gathering for specific features of existing civil works structures such as survey cross sections and profiles, settlement mark readings, joint movement readings, joint alignment readings and piezometer readings. The surveys may include hydrographic, overbank, horizontal distances and control data. Firms must indicate their capability of utilizing Global Positioning Systems (GPS) and total stations with a data collector system. b. Compiling the field data into the appropriate digital format for use in various software e.g. government provided data collector program, government provided cross section plot program, Excel spreadsheet with graphics; c. Producing CADD and Excel plots and plates from the compiled data; d. Analyzing the field data and preparing instrumentation evaluation reports with photos and documentation of the site visit by Engineers. III. 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 II above. b. Professional qualifications of the key design personnel, including professional registration, advanced degrees, and recognized designations of industry professional organizations in engineering, architecture, construction management and surveying, available to work on this contract in the following disciplines: Project Management, Structural Engineering, Civil Engineering, Hydraulic Engineering, Geotechnical Engineering, Mechanical Engineering, Electrical Engineering and Cost Engineering; Architecture, Landscape Architecture, Surveying, CADD technology and Construction Management. 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 CADD drawings in the MicroStation format; produce specifications; produce cost estimates in MCACES (MII); perform soil borings and soil testing and analysis in accordance with the Corps` New Orleans District geotechnical criteria; perform land based and hydrographic surveys; and provide personnel in sufficient numbers to accomplish very large volumes of work within compressed timetables. d. Knowledge of geographic /geological 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. Extent of participation of small businesses (SB), small disadvantaged businesses (SDB), women-owned small businesses (WOSB), veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, historically black colleges and universities, and minority institutions on the proposed contract term as measured as a percentage of the estimated effort. The selected firm, if a large business firm, must comply with FAR 52.219-9 regarding the requirement for submitting and negotiating a subcontracting plan. The subcontracting goals for this District are : (1) at least 70.00% of the subcontract amount be placed with SBs, which include SDBs and WOSBs; (2) at least 6.2% of the subcontract amount be placed with SDBs; (3) at least 7.0% of the subcontract amount be placed with WOSBs; (4) at least 9.8% for HUBzone SB; (5) 3.0 for VOSB; and (6) at least 0.9% for SDVO SB. The subcontracting plan is not required with this submittal but the successful large business firm must submit an acceptable plan before any award can be made. g. Location of the design firm in the general geographical area of the New Orleans District. 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. IV. SUBMISSION REQUIREMENTS: Interested firms, which meet the requirements described in this announcement, are invited to submit five (5) copies of the Standard Form (SF) 330 (dated 6/2004) for the prime firm and all subcontractors and consultants to the address below not later than 2:00 p.m. on August 18, 2008, Central Daylight Savings Time. Include the firms DUNS number on the SF 330 as well as an organizational chart, equipment requirements, the use of subcontractors or consultants and describe the firms design quality control plan, including coordination of subcontractors and consultants. Each offeror/consultant listed within Part I of the SF 330 must submit Part II of the form with this package. In the SF 330, Part I, Section F, cite whether the experience is that of the prime (or joint venture) from an office other that that identified in Block 21 shall be so labeled. Note the following restrictions on submittal: Resumes of key persons, specialists and individual consultants (Section E) anticipated for this contract will be limited to a maximum of 25 pages. Additional information (Section H) will be limited to a maximum of 25 pages. Pages in excess of the maximum of 25 will be discarded and not used in evaluations. The evaluation factors listed must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Complete Safety Plan will be required after contract award. Safety performance data - person-hours lost - must be submitted including data for any subcontractors. A detailed Quality Control Plan must be received and approved by the Government prior to contract award. Submittals shall be mailed/delivered to U.S. Army Corps of Engineers, Hurricane Protection Office, ATTN: Acquisition Management (Mr. Phillip L. Barker), 7400 Leake Avenue, Room 184, New Orleans, LA 70118-3651. This is not a Request for Proposal. Solicitation No. W912P8-08-R-0078 shall be utilized to solicit a proposal from the firm selected. The point of contact for this notice is Mr. Phillip Barker at (504)862-1838.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81a4ad72c823f637cd197d4ee9c9d2a2&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA<br />
Zip Code: 70160-0267<br />
 
Record
SN01639545-W 20080815/080813224500-71a00a6ff42cecd2fe67e2088230bc83 (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.