Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

C -- A-E SERVICES FOR WATER RESOURCES ENGINEERING FOR CIVIL WORKS PROJECTS MAINLY WITHIN THE JACKSONVILLE DISTRICT

Notice Date
2/9/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Jacksonville, US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-09-R-0011
 
Response Due
2/24/2009
 
Archive Date
4/25/2009
 
Point of Contact
Katrina Denson, (904) 232-1143<br />
 
Small Business Set-Aside
N/A
 
Description
DISREGARD REGISTRATION INSTRUCTIONS. No solicitation will be sent. Therefore, it is not necessary to register. Interested parties must submit an expression of interest in accordance with the instructions in this Synopsis: This solicitation is unrestricted and is open to large and small business firms. Up to two contracts may be awarded from this solicitation using unrestricted acquisition procedures. The contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for four additional years; not to exceed a total of five years. While the estimated dollar amount per year is $1,000,000.00, the actual obligation per year may be greater than or less than the $1,000,000.00. Maximum order limit is $5,000,000 for the life of the contract, including options. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, the contract may be used to provide services within the geographic boundaries of the other U.S. Army Corps of Engineers districts within the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: Work will consist of preparation of studies, reports, or portions of reports, pertaining to engineering of water resources and related projects, including work related to flood control, water delivery, water management, ecosystem restoration, coastal systems, navigation and other Corps of Engineers hydrologic and hydraulic responsibilities. Work will include but not be limited to: hydrologic and hydraulic analyses associated with the design and performance of flood control, water delivery, water management, ecosystem restoration, coastal shoreline protection and navigation projects; multi-dimensional and integrated surface water and groundwater modeling using Government-specified models; water quality analyses and modeling; groundwater studies; analytical/statistical evaluation of historic data; technical review; public involvement; expert testimony. The A-E may also be required to utilize screening models (such as STELLA) and optimization models (such as OASIS). Data collection, such as survey work for model input, datum conversion of gage data and topography data, and Quality Assurance/Quality Control reporting of data may be required. Additionally, the A-E may be tasked to perform risk and uncertainty analyses, value engineering, and operating manual preparation. FACTORS FOR EVALUATION IN DESCENDING ORDER OF IMPORTANCE ARE: a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN: (1) Water resources engineering projects with emphasis on hydrologic and hydraulic analyses associated with the design and performance of ecosystem restoration, flood control, water delivery, coastal and navigation projects, two and three-dimensional surface water and groundwater modeling, water management operational modeling, water quality, groundwater studies, analytical/statistical evaluation of historic data, demonstrate ability to provide expert testimony in court and ability to perform independent technical review and expert peer review. (2) Preparation of construction drawings in compact digital format using Bentley Systems three-dimensional MicroStation V8 program with a Windows XP operating system target platform. Delivered CADD data must comply with the Tri-Service A/E/C CADD Standards version 3.0 or later. Information on the standards is available at: https://cadbim.usace.army.mil/CAD. (3) Production and delivery of GIS data in an ESRI personal geodatabase that fully complies with the CADD/GIS Technology Center Spatial Data Standards for Facilities, Infrastructure and the Environment whenever this Standard applies to the data being produced. Information on the standards is available at: https://cadbim.usace.army.mil/. B. QUALIFIED PROFESSIONAL PERSONNEL: Provide either in-house or through association with qualified subcontractors, U.S. registered personnel (as applicable) in the following disciplines: Civil Engineers, Hydrologic/Hydraulic Engineers, Geotechnical Engineers, Value Engineers, Geologists, Hydrologists, Hydro-geologists, Water Quality Specialists, Ecologists, Water Resources Planners and Land Surveyors to perform the types of work listed above. C. CAPACITY TO ACCOMPLISH THE WORK: Firm must have the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dates. D. PAST PERFORMANCE: Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit information for current relevant contracts and subcontracts including the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span.) Submit information for all relevant contracts and subcontracts started or completed within the past 5 years (measured from the date of this synopsis). Firms may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent similar contracts. Include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Past DOD performance data available to the Government through the A-E Contract Administration Support System (ACASS) will also be evaluated. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS, IF NECESSARY: e. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. F. GEOGRAPHIC PROXIMITY OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Florida with lower mobilization and demobilization costs will be given preference, provided there is an adequate number of qualified firms for consideration. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit one copy of SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), and one separate copy of SF 330, Part II, for the firm or joint venture and each subcontractor. Submittal packages must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on 24 February 2009. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR's web site may be accessed at http://www.ccr.gov.) Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Of those dollars the large business firm intends to subcontract out, the Corps of Engineers floors for subcontracting are 32% to small business concerns; 18% to small disadvantaged business concerns; 5.8% to women-owned small business concerns; 10% for HUBZONE concerns; 3% to Service-Disabled Veteran-Owned Small Business and 13.0% to HBCU/MI. The term floors is used instead of goals as the Corps of Engineers objective is to exceed the percentages rather than merely meet the percentages. Large firms should keep these floors in mind when considering qualifications of potential subcontractors and ensure that each proposed subcontractor's socio-economic status is clearly identified in the submission of qualifications. The NAICS code is 541330. The size standard is $4,500,000. Responses to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, 701 San Marco Boulevard, Jacksonville, FL 32207-8175, or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, P.O. Box 4970, Jacksonville, FL 32232-0019. NOTE: If the offeror intends to hand deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a drivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, persons hand-delivering offers should call the contract specialist whose name appears in the procurement and ask the specialist to send someone to the security desk to take possession of the offer. This is not a request for proposal. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the Central Contractor Registration (CCR) database before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. Call 1-888-227-2423 for more information or visit the CCRs website at http://www.ccr.gov. You must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a2f96a6e6e9a7c0fee857be3167095a4&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL<br />
Zip Code: 32232-0019<br />
 
Record
SN01746834-W 20090211/090209220008-a2f96a6e6e9a7c0fee857be3167095a4 (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.