Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOLICITATION NOTICE

C -- Regional Multi-Discipline Architect-Engineer (A-E) services for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract for the Rock Island District U.S. Army Corps of Engineers

Notice Date
11/19/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Rock Island, US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-09-R-0002
 
Response Due
1/9/2009
 
Archive Date
3/10/2009
 
Point of Contact
Conrad Baker, 309-794-5519<br />
 
Small Business Set-Aside
N/A
 
Description
1)CONTRACT INFORMATION: This contract(s) 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. A-E services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide for the primary disciplines of Structural, Civil, Geotechnical, Hydraulic, Mechanical and Electrical engineering (each of equal priority); additional disciplines are Architecture, Landscape Architecture, Cost Engineering and Specification Writing. It is anticipated that this contract will be awarded by June 2009. This announcement may result in multiple awards and is open to all businesses regardless of size. If concurrent multiple contract awards are made, task orders will be allocated based upon the Contracting Officer's determination of the special qualifications of the firms; the nature of the work involved in the task order; and the immediacy of the work and availability of the firm. Distribution of the work will be a secondary consideration. In the final selection process, the most highly qualified firms may be interviewed. All interested A -E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent, consistent with the efficient performance of the contract, with small and small disadvantaged firms. 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 that part of the work it intends to subcontract. The target subcontracting goals for this contract are as follows: a minimum of 23% of the contractors intended subcontract amount be placed with small businesses, 5% be placed with small disadvantaged businesses, 5% be placed with women-owned small businesses, 3.1% be placed with HUB Zone small business, and 1.5% be placed with Service-Disabled Veteran-Owned Small Business. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum goals on the SF330. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiations. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan as to why the above goals cannot be met. The North American Industry Classification System code for this action is 541330 and the small business size standard is $4 million in average annual receipts. This contract will have a base period not to exceed one year and four one-year option periods, for a total IDIQ value not to exceed $12,000,000. The Contractor is guaranteed no less than $48,000 the first year and $24,000 for the option periods, if exercised. Work under this contract is subject to satisfactory negotiation of individual task orders. Work will be ordered by negotiated firm-fixed price task orders. The District may award in the future IDIQ contracts to perform work that may also be encompassed by this announcement; the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: Performance, capacity to accomplish the task order in the required time, specialized experience, professional qualifications and knowledge of the region. If more than one firm is selected, the top ranked firm will be awarded the first contract, the second ranked firm will be awarded the second contract, and so on. If necessary, secondary selection criteria will be used as a tie breaker between firms considered as technically equal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. As determined by the employees office location (not the location of the work). Rates will be negotiated for each 12-month period of the contract at the time of the original award. 2.PROJECT INFORMATION: A-E services are required for various civil works projects and support for other agencies. The primary A-E service capabilities desired include the following types of projects and related skills and experience: a)Inland Marine Transportation System locks and dams, channel and harbor projects: the rehabilitation of existing facilities and the design of new facilities. Rehabilitation work will include the repair and replacement of deteriorated concrete; outdated machinery and electrical systems; lock and dam gates including miter, sector, tainter and roller gates; harbor walls, wharves, and general improvement and modernization of the facility. New facility work will include the design of both in-the-dry and in-the-wet lock chambers along with the appurtenant structural, geotechnical, mechanical, electrical and architectural structures and equipment such as concrete lockwalls and guidewalls, miter gates, culvert valves, gear and hydraulic machinery, hardwired and PLC electrical controls, and control buildings. Experience in lift-in and other prefabrication methods to construct inland marine structures, alluvial with pile foundations and rock foundation conditions, wintertime construction practices is required. Expertise in MCACES cost estimating and SpecsIntact specifications related to inland marine transportation facilities is a requirement. b)Flood Damage Reduction levee, floodwall and channel projects: the rehabilitation of existing protection systems and the formulation and design of new protection systems involving primarily riverine flooding and secondarily hurricane surge. Rehabilitation work will include design improvements to meet desired outcomes such as increased resiliency, reduced risk, higher levels-of-protection, improved operation, and recreational and aesthetic enhancements. New protection systems will also involve floodwall and levee designs along with conceptual design formulations and analysis; civil site layout; utility and roadway relocations; roadway or railroad closure gates, berms, relief wells, interior drainage structures; and pumping stations. Expertise in MCACES cost estimating and SpecsIntact specifications related to flood damage reduction projects is a requirement. c)Other Civil Works projects: a variety of projects such as recreational trails, ecosystem restoration, dredging, parking lots, roadways, security fencing, small buildings, erosion protection, landscaping and water/wastewater structures. Work would include the rehabilitation of existing facilities and new design of proposed facilities. Expertise in MCACES cost estimating and SpecsIntact specifications related to general civil works projects is a requirement. d)The services are primarily within the St. Paul, Rock Island and St. Louis Districts boundaries (all or portions of MN, ND, SD, WI, IL, MO and IA). However, individual task orders may be for work within the Continental United States (CONUS). Services provided under this contract will include, but are not limited to: i)Preparation of preliminary and final designs, including preparation of drawings using computer-aided design and drafting (CADD), and delivering the two or three-dimensional drawings in Bentleys MicroStation software, Release V8 (2004 or later), Microsoft Windows electronic format. Development of civil, structural, mechanical, electrical and architectural three-dimensional models may be required with the capability of displaying the models on two-dimensional drawings. Development of Building Information Models (BIM) in Bentleys Microstation software Release V8 (2004 or later), Microsoft Windows electronic format may be required. Drawings must be in compliance with A/E/C CADD Standard Release 3.0, available at the following Internet site: http://tsc.wes.army.mil/. Drawing delivery will be required in dgn and CALS format with the possibility of transitioning to PDF format. All GIS data (including geospatial data acquisition and map development for use in a GIS) shall conform to the most current release of the SDSFIE.; ii)Preparation of specifications in Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS), produced using SpecsIntact version 4.3.0.821 (or later) software. iii)Preparation of quantity take-offs and MCACES cost estimates using MII 3.0, Build 3 (or later) soft ware; iv)Performance of cost estimating risk analyses using Crystal Ball version 7.3.1 (or later) software. v)Preparation of computer-generated geotechnical databases using gINT version 8 (or later) and Data Forensics CPT, as required. vi)Construction engineering services including shop drawing review, contract modifications, engineering advice during construction, field inspection and preparation of operation and maintenance manuals; vii)Alternative assessments, NEPA documentation, formulation and evaluation; viii)Construction scheduling services including use of Primavera and MS Project scheduling software. ix)Inspection, evaluation, and reports on completed projects. 3.SELECTION CRITERIA: The specific selection criteria (a through e are primary and f and g are secondary and will only be used as tie-breakers) in descending order of importance are as follows and must be documented with resumes in the SF330. a)Professional Qualifications: The selected firm must have, either in-house or through consultants, the following registered professionals: (1) Structural; (2) Geotechnical; (3) Civil; (4) Hydraulic; (5) Mechanical; (6) Electrical; (7) Cost Engineers; (8) Architects; (9) Landscape Architects; (10) Construction Scheduler and (11) Environmental Professional (ASTM E1527). Other required experienced personnel include: Specification Writers; Engineering Technicians and CADD Technicians/Operators, Lab technicians, GIS Technicians. Evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm of key personnel who will be assigned to this contract. Resumes contained in Standard Form (SF) 330, Part I, Section E, Page 3 shall be completed for each discipline. b)Specialized Experience and Technical Competence in the following in ranked order: (1) Corps civil works engineering and architectural design, for large and small projects per Section 1 Contract Information and the Preparation of Corps project contract plans and specifications in the following ranked sub-order: a. inland marine transportation, b. flood damage reduction, and c. other civil works projects; (2) Preparation of engineering planning reports such as reconnaissance, feasibility, navigation rehabilitation evaluation, general reevaluation and design documentation reports; (3) Constructability or construction engineering experience in inland marine projects; (4) Capability to deliver CADD files in the Bentley Microstation format; (5) Quality management procedures to include Quality Control Plans; (6) Effectiveness of the project team including management structure; coordination of disciplines, subcontractors and prior working relationships; (7) Construction cost estimation and preparation of estimates using the most current MII version of MCACES; (8) Construction specification writing and preparation of specifications using SpecsIntact; (9) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. c)Capacity to accomplish the work in the required time. (1) Ability to meet overall project schedules and certain phase schedules; (2) Ability to accomplish multiple task orders simultaneously in a one-year contract period for delivery of a quality product on a timely schedule, and capacity to perform up to $3,000,000 in work of the required type in a single contract period or over the life of the contract. The evaluation will consider the availability of an adequate number of key personnel, equipment availability and the extent of in-house facilities, versus subcontracting needs; (3) Ability to accomplish small task orders under $50,000 in a cost-effective, timely manner. These small task orders will primarily involve remedial/repair designs on Corps of Engineers-owned facilities. d)Past performance on DOD and other contracts with respect to quality of work, cost control and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the S F330 with respect to cost control, quality of work and compliance with performance schedules. e)Knowledge of the Upper Midwest region, including cold climate engineering, design and construction. f)Extent of participation of SB, SDB, WOSB, Historically Black Colleges and Universities, and Minority Institutions in the proposed contract team, measured as a percentage of the estimated subcontracting 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. Volume of work for the St. Paul, St. Louis and Rock Island Districts will also be considered under this factor. The last two factors will be secondary and will only be applied as tie-breakers, if needed, among the technically most qualified firms. 4.SUBMISSION REQUIREMENTS: a. Interested firms having the capabilities to perform this work must submit five copies of their SF330, each containing Parts I and II of the SF330 information to the address below not later than the close of business, 09 January 2009. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). b. Include the firms ACASS number on the SF330, Part 1, and Block B. On the SF330, Part 1, Block C, provide the ACASS number for each subcontractor or consultant, if available. If a firm does not have an ACASS number, it can be obtained from the Portland District, Corps of Engineers ACASS database by calling (503) 808-4590. c. SF330, Part I, Section H (Additional Information) shall contain the following information. a)Item 1 - Management Plan - Include the information requested in Paragraph 3c above. b)Item 2 - Capacity to complete the work. Reference Paragraph 3c above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules. c)Item 3 - Extent of participation of SB, SDB, WOSB, SDVOSB, HUBZone, and if appropriate, HBCU/MIs, measured as a percentage of the total estimated subcontracting effort compared to the goals identified in Paragraph 1 above. d) Item 4 - Volume of DoD contract actions issued within the last 12 months - Reference Paragraph 3g above. Provide a complete listing of all DoD projects designed within the last 12 months. The SF330 shall have a page limit of 150 pages, and will have a limit of twelve projects illustrating specialized experience. A page is one side of an 8 x 11 sheet. If a fold-out is used, each sheet of a fold-out shall count as a minimum of 2 pages. Font size shall not be less than 10 font and margins shall not be less than one inch. The SF 330 shall clearly delineate the type of CADD equipment hardware and software intended for use on this contract, the years of operating experience by the appropriate personnel using the CADD system, and the conversion/translation methods to be used. The references to other projects should indicate the CADD system utilized. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov or through CCR Assistance Center (C CRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1-866-705-5711. f. Mail your firms submission of the SF330 to: US Army Corps of Engineers, Rock Island, Contracting Division CEMVR-CT, Clock Tower Building, P.O. Box 2004, Rock Island, IL 61204. ATTN: Conrad Baker, Solicitation Number W912EK-09-R-0002. Mr. Baker can be reached at 309-794-5519 or via Internet at a. conrad.Baker@usace.army.mil. Solicitation packages are not provided. This is not a Request for Proposal. Personal visits for the purpose of discussing this announcement will not be entertained or scheduled. Please check for updates to this announcement after the publication date. Contracting Office Address: U.S. Army Engineer District, Rock Island, Contracting Division CEMVR-CT, Clock Tower Building, P.O. Box 2004, Rock Island, IL 61204. Place of Performance: U.S. Engineer District, Rock Island, Contracting Division CEMVR-CT, Clock Tower Building, P.O. Box 2004, Rock Island, IL 61204. Point of Contact(s): Conrad Baker, (309) 794 5519. ________________________________________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10361fa17a9626c0ed0cdd6445e6484e&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL<br />
Zip Code: 61204-2004<br />
 
Record
SN01707294-W 20081121/081119215628-10361fa17a9626c0ed0cdd6445e6484e (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.