Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOURCES SOUGHT

C -- PROPOSED INDEFINITE DELIVERY TYPE (IDT) REGIONAL CONTRACTS FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER SERVICES AND MISCELLANEOUS DESIGN SUPPORT WITHIN THE GEOGRAPHIC BOUNDARIES OF THE MISSISSIPPI VALLEY DIVISION

Notice Date
2/5/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Vicksburg District, US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-09-O-0004
 
Response Due
3/9/2009
 
Archive Date
5/8/2009
 
Point of Contact
Janalyn H. Dement, 601-631-5354<br />
 
Small Business Set-Aside
Total Small Business
 
Description
POC Mrs. Sarah Palmer, (601) 631-5682. Up to four indefinite delivery contracts will be negotiated and awarded, each with a base period and two option periods. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The work consists of professional A-E services and miscellaneous design support for items of work which are part of major civil works projects or work for other agencies being accomplished primarily within the Vicksburg and Memphis Districts, but may be within the Mississippi Valley Division and other areas as needed to support the mission of the U.S. Army Corps of Engineers. Task orders issued over the life of the contract shall not exceed $3.0 million. The contract base period will be 365 days from the date of contract award or exhaustion of the contract value of $3.0 million, whichever comes first. The period of any option will be 365 days from the date the Contracting Officer signs the exercise of the option or until exhaustion of the contract value of the option or until exhaustion of the contract value of $3.0 million, whichever comes first. The cumulative total of Task Orders issued over the life of the contract shall not exceed $3.0 million. Work will be issued by negotiated firm-fixed price task orders. Tasks will be divided based on specialized experience, past performance, project schedules and/or current A-E workload. It is anticipated that the estimated workload for each performance period will be $1.0 million. Contract award is anticipated in JUN 09. This announcement is set aside for small businesses. The small business size standard for A-E services (NAICS Code 541330) is 4.5 million. Subcontracting intentions are outlined in the SF 330. 2. PROJECT INFORMATION: A-E service capabilities are required for various civil works projects and support for other agencies. Work may be comprised of civil, structural, hydraulic, hydrologic, geotechnical, environmental, sanitary, electrical, mechanical, surveying, mapping, CAD and architectural design. Work may include, but is not limited to engineering support for feasibility studies, preparation of design reports, value engineering, preparation of conceptual and contract drawings, computer aided drafting, cost estimating, preparation of contract specifications, performing design analyses and preparing design-build request for proposals. Work shall be accomplished in English and/or metric units as directed. Professional design experience in civil, structural, geotechnical, hydraulic, hydrologic, sanitary, mechanical and electrical engineering and surveying and mapping, CAD, architecture, and cost estimating is required. Capability and experience is required for design of flood damage reduction projects including channels, levees, weirs, grade control structures, drainage structures (pipes and culvert), gated structures, floodwalls and pump stations; and other projects including channel stabilization, site development, multipurpose buildings and recreational facilities. Firms must employ qualified registered professional personnel in the following key disciplines: civil, structural, geotechnical, hydraulic, sanitary, mechanical and electrical engineering, surveying, soil sampling and laboratory testing and architecture and demonstrate experience in use of CAD systems utilizing Bentley Microstation to develop drawings and plates to present project details and/or study results. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary; criteria F through H are secondary and will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. Firms must either in-house or through association with a qualified consultant demonstrate the following: (A) Specialized Experience and Technical Competence: List no more than 10 projects that best illustrate current qualifications, relevant project experience and technical competence of the firm and consultants in the work described in paragraph 2 above. (B) Professional qualifications: The firm must indicate professional registration and work experience of key personnel with regard to the 10 key projects. The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience to assure prompt response to assignments. (C) Past Performance: Consideration will be given to ratings and verifiable past performance on previous DoD contracts. Consideration will also be given to firms that have above-average performance on the type of work described in paragraph 2 above. (D) Capacity: Consideration will be given to firms that indicate the capacity to perform multiple projects simultaneously and to complete work in a timely manner. (E) Knowledge of the locality: Consideration will be given to firms that indicate experience and knowledge of the geographic area encompassed in the Vicksburg and Memphis Districts. (F) Extent of participation of small businesses, which includes Small Disadvantaged Businesses, Section 8(a) Firms, HUBZone Small Businesses, Women-owned Small Businesses, Veteran-owned Small Businesses, Service-disabled Veteran-owned Small Businesses, and Historically Black Colleges or Universities/Minority Institutions in the contract team: Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the small business is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. (G) DoD contract awards in the past 12 months: The greater the awards the lesser the consideration. (H) Geographic proximity to Vicksburg, MS and Memphis, TN. In the final selection process, the most highly qualified firms will be interviewed and will have to demonstrate the ability to perform to the satisfaction of the Vicksburg and Memphis Districts. 4. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 330 as well as each consultants SF 330 to U.S. Army Engineer District, Vicksburg, ATTN: Technical Services (CEMVK-EC-TE) 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Include ACASS number. For ACASS information call 503-808-4592. Note the following restrictions on submittalResumes of key persons, specialists and individual consultants anticipated for this contract will be limited to a maximum of 20 pages. Additional information will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluations. *** VISITS FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED ***. This is not a Request for Proposal. A fee proposal will be requested at a later date. **** NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database, for information see http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f16371194e8f192e02e69162eaf68c14&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS<br />
Zip Code: 39183-3435<br />
 
Record
SN01744863-W 20090207/090205215632-f16371194e8f192e02e69162eaf68c14 (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.