Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

C -- A-E IDIQ CONTRACT(S), OUTDOOR RECREATION AND PARK PLANNING, LANDSCAPE ARCHITECTURAL SERVICES, INTERPRETIVE PLANNING AND DESIGN, COMMUNITY PLANNING, GIS AND SPATIAL DATA ANALYSIS WITHIN THE LIMITS OF THE MISSISSIPPI VALLEY DIVISION

Notice Date
8/27/2008
 
Notice Type
Presolicitation
 
NAICS
541320 — Landscape Architectural 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
W912P808R0089
 
Response Due
9/27/2008
 
Archive Date
11/26/2008
 
Point of Contact
Chris Nuccio, (504) 862-2704<br />
 
Small Business Set-Aside
N/A
 
Description
A-E INDEFINITE QUANTITY(IDIQ) CONTRACT(S), OUTDOOR RECREATION AND PARK PLANNING, LANDSCAPE ARCHITECTURAL SERVICES, INTERPRETIVE PLANNING AND DESIGN, COMMUNITY PLANNING, GIS AND SPATIAL DATA ANALYSIS WITHIN THE LIMITS OF THE MISSISSIPPI VALLEY DIVISION 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 541320. 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 Quantity, 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 October 2008. Contract ceiling will not exceed $2,500,000 or 5 years in duration whichever comes first. $10,000 is guaranteed for the original contract period, and $5,000 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 primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Mississippi Valley Division. 2. PROJECT INFORMATION: a. The work may involve: the assessment of factors influencing recreational development and analyzing the impacts of proposed civil works projects on existing recreational resources; visual resource management services including, aesthetic enhancements, visual impact assessments and the development of mitigation plans; the planning and design of interpretive programs, facilities and services; the development of comprehensive master plans and conducting site assessments to address or avoid impacts caused by any proposed land development; spatial data analysis utilizing a geographical information system. b. The work may involve the following disciplines: Recreation Planning, Recreation Economics, Landscape Architecture, Interpretive Planning, Architecture, Community Planning and Spatial Data Analysis. c. 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, 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; ecosystem restoration projects and other multi-purpose projects. d. The work may involve the following types of related work: site planning, architectural treatments, landscape design, land surveying 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 (d) are primary. Criteria (e) is secondary and will be used only as tie-breakers among technically equal firms. a. PAST PERFORMANCE on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance schedules. b. TECHNICAL COMPETENCE of the firm and its key personnel to perform the services with a thorough knowledge of the National Environmental Policy Act process and produce any documents as the result work listed in paragraph 2 above. c. PERSONNEL EXPERIENCE of the key personnel, including: professional registration in landscape architecture, architecture, land surveying and planning certification from the American Institute of Certified Planners. d. PROJECT MANAGEMENT expertise in each of the disciplines that would enable it to perform the majority of the work in-house or provide oversight and guidance to any subcontractor. e. KNOWLEDGE OF GEOLOGIC area, within the Limits of the Mississippi Valley Division. 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 (SF 330 replaced both SF 254 and SF 255 which are no longer accepted) for the prime firm and all subcontractors and consultants to the address below not later than 2:00 p.m. on 27 September 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 subcontractors and consultants. 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. For Overnight or courier deliveries, the physical address is U.S. Army Engineer District, New Orleans, 7400 Leake Avenue, and ATTN: CEMVN-CT-E, Room 172, New Orleans, LA 70118-1030. The point of contact for this procurement is Chris Nuccio, Contract Specialist (504) 862-2704 christopher.m.nuccio@usace.army.mil This is not a Request for Proposal. Refer to Solicitation No. W912P8-08-R-0089.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3b63040e2c239094718cd97efbc9fdb9&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
SN01652710-W 20080829/080827221300-871b2e3258ad667d8c11a1d1363380e1 (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.