Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOURCES SOUGHT

C -- Indefinite Delivery Contract for National Planning Center of Expertise for Coastal Storm Damage Reduction Services

Notice Date
12/3/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-R-0007
 
Response Due
1/2/2009
 
Archive Date
3/3/2009
 
Point of Contact
James Eckhardt, 215-656-6773<br />
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: DISREGARD REGISTRATION INSTRUCTIONS. NO SOLICITATION DOCUMENT WILL BE ISSUED. THEREFORE, IT IS NOT NECESSARY TO REGISTER. INTERESTED PARTIES PLEASE SEE PARAGRAPH 4. SUBMISSION REQUIREMENTS BELOW. POC: Mary Jane Jerrett, (215) 656-6607. The Philadelphia District, U.S. Army Corps of Engineers (USACE) intends to award a five-year Indefinite Delivery Contract to support mission areas of the U.S. Army Corps of Engineers, North Atlantic division National Planning Center of Expertise for Coastal Storm Damage Reduction worldwide. This IDC is unrestricted and open to all A/E firms. The principal geographic area of responsibility includes the domestic US, but may also extend internationally. This contract is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competency and qualifications for the required work. One A/E firms will be selected from this announcement. The highest ranked firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The selected A/E firm will need to utilize the Architect-Engineer Contract Administration Support System (ACASS), a web-based application at http://www/cpars.csd.disa.mil/acassmain.htm. The period of performance for this contract will be one base year with options for up to four additional periods. The total capacity of the contract is $5,000,000 with the option to increase total capacity up to $12,000,000.00 (EFARS 36.601-3-90(b)). The decision to issue an option and the determination of the amount of the option will be at the sole discretion of the government. Task Orders will be issued by negotiated firm-fixed price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. The Government shall be under no obligation to issue any particular number or type of orders. If no task orders are issued, the contractor is entitled to recover the amount lost as result of the breach, up to the minimum obligation. Labor rates for each discipline, overhead rates and escalation factors for each option year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th and 5th option periods of the contract. The intended award date is April 2009. 2. PROJECT INFORMATION: This contract will provide A/E services to support the following mission areas of the PCX-CSDR: (1) Coastal Planning Consulting Services; (2) Independent Technical Review/External Peer Review; (3) Regional and Nation-Wide Program Involvement; (4) Research and Development Prioritization; (5) Headquarter Policy Review Support; (6) Training/Lessons Learned; (7) Model Certification. These mission areas are presented and studies primarily within the US boundaries of the Corp of Engineers, but may include projects outside the US. This contract will provide integrated architect and engineering services, including but not limited to the following disciplines: water resource planning, hydraulic/hydrologic/coastal engineering, hydrodynamics modeling, geotechnical engineering, cost estimating, civil design/structural engineering, biological and cultural resources, economic analysis, GIS, and environmental analysis and assessment. 3. SELECTION CRITERIA: The primary selection criteria that are the basis for selection are listed in relative descending order of importance: (A) Specialized experience and technical competence in the type of work required with (1) demonstrated experience in (a) coastal processes; (b) coastal project (beach and inlet) design; (c) non-structural alternative analysis and design; (d) storm damage and benefit (economic) analysis; (e) NEPA; (f) cultural resource management; (g) technical review of products, such as, plans, designs and construction documents; (h) hurricane planning, (transportation engineering, storm surge mapping, behavioral analysis, etc.). Special qualifications include, but are not limited to: capacity and experience to use specialized computer programs such as MCACES; water resource planning, formulation and evaluation; engineering investigations; environmental inventorying and analysis. The contractor must be familiar with current US Army Corps of Engineers regulations, guidelines, and procedures, which can be assessed at: http://www/usace.army.mil/publications. The contractor must have the capability to handle a large volume of work under strict deadlines. The contractor must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced. (2) Experience in water resource/coastal project planning. This includes a systematic, comprehensive approach incorporating multiple project purposes and objectives, for the purpose of water resource problem solving and decision making. (B) Professional Qualifications consideration will only be given to firms that assemble a team of in-house and consultants of the following; (1) project manager; (2) structural engineer; (3) civil engineer; (4) water resource planner (5) hydraulic/hydrologic engineer; (6) coastal engineer with experience in coastal processes analysis, coastal structures, such as, bulkheads, jetties, groins and shore protection; (7) cost engineer; (8) geotechnical engineer; (10) economist with experience in performing cost/benefit analysis on civil works projects, especially on shore protection projects; (11) ecologist/environmental scientist; (12) geologist/hydrogeologist; (13) environmental engineer; (14) soil scientist; (15) GIS specialist; (16) bioengineer; (17) NEPA specialist; (18) HTRW assessment specialist; (19) habitat assessment specialist; (20) real estate assessment specialist; (21) technical writer; (22) archaeologist. The contractor should have broad geographic experience with coastal problems and projects in the US. Evaluation will consider education, registration, and training and overall relevant experience using information from Section E of the SF 330, which includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. Supervisory and/or key personnel should have a Professional Engineer (PE) or Project Management Professional (PMP) certification, where applicable. Work performed under this contract may require personnel to obtain security clearances and may require the contractor to have physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. C. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: plan formulation and evaluation, coastal engineering, civil engineering, and economic analysis. The evaluation will look at numbers listed in Part II of SF 330 to evaluate the overall capacity of the team. Include a Part II form of SF 330 for each firm and each office of each firm that is part of the proposed team. D. Past Performance of DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. References and letters of recommendations from customers addressing your firms cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. The letters should be for projects of a similar nature and shall be no older than three (3) years. Secondary Selection Criteria: (E) Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; (F) Location of the firm in the general geographical area of North Atlantic Division boundaries; (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 small businesses (SB) and service-disabled businesses (SDB). 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) copies of the SF 330 Part I and three copies of SF 330 Part II for the prime firm and all consultants to the address below not later than the close of business on the 30th day after the publication date of this announcement.. Solicitation packages are not provided. This is not a request for proposals. The SF 330 can be found on the following GSA website: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF 330. The total number of pages for the entire SF 330 is limited to ninety (90) pages. Section E is limited to forty (40) pages. Each page shall be numbered. Responding firms must clearly present billing amounts for all Corps of Engineers as well as Department of Defense work for the 12 months prior to the date of this announcement. Firms which desire consideration and meet the requirements described in the announcement are invited to submit three (3) copies of a completed SF 330 Parts I and II to U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Mary Jane Jerrett, not later than the close of business on the 30th day after the published date of the announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. Facsimile transmissions of the SF 330 or electronic copies will not be accepted. All Contractors are advised that registration in the DoD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DoD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov/ or you may call 1-888-227-2423. This is not a request for proposals. No other notification to firms for this project will be made.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=34de8bb9575699260f04093285a453ee&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA<br />
Zip Code: 19107-3390<br />
 
Record
SN01713456-W 20081205/081203221548-34de8bb9575699260f04093285a453ee (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.