Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
AWARD

C -- Architect-Engineering Services for Multi-Discipline Miscellaneous Civil Works Design and Other Architectural-Engineering Services for Florida, Puerto Rico, the U.S. Virgin Islands and the Caribbean Area

Notice Date
4/3/2009
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
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-07-R-0009
 
Archive Date
5/3/2009
 
Point of Contact
Timothy G. Humphrey, 904-232-1072<br />
 
Small Business Set-Aside
N/A
 
Award Number
W912EP-09-D-0007
 
Award Date
3/26/2009
 
Awardee
HNTB Corporation715 Kirk DriveKansas City, MO 64105
 
Award Amount
3000000
 
Line Number
0000
 
Description
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 all firms regardless of size. Up to two contracts may be awarded from this solicitation. They will be an Indefinite-Delivery, Indefinite-Quantity contracts for a period of one year from date of award, with options to extend for two additional years; not to exceed a total of three years. Work will be assigned by negotiated task orders. While the estimated dollar amount per year is $1,000,000.00, the actual obligation per year may be greater than or less than $1,000,000.00. Maximum order limit is $3,000,000.00 for the life of the contract, including options. The primary purpose of these proposed contracts is to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, the contracts may be used to provide services within the geographic boundaries of the U.S. Army Corps of Engineers 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 the contracts include specialized experience/expertise, past performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: Services will include engineering, design, and related services for civil works projects such as preparation of construction plans/specifications suitable for use in negotiated or competitive bidding processes, preparation of design calculations, preparation of design reports, preparation of engineering studies, and preparation of cost estimates in M-II format. The work will encompass all types of civil works projects including environmental restoration; flood control; beach renourishment and erosion control; jetties; navigation (including dredging); bridges; site plan development; paving, grading, and drainage plans; and utility systems design and relocation. Work on some projects may require geotechnical exploration and analysis as well as performing surveys. Factors for Evaluation, in order of priority are: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in the preparation of plans, specifications, various federal reports and studies, design reports, cost estimates, design analysis for all phases of civil engineering and related work; and, ability to prepare construction drawings and specifications in digital format on magnetic tape and/or compact disk using Bentley Systems' MicroStation V8 CADD system with a Windows XP operating system target platform, construction cost estimates utilizing Government provided M-II software and preparation of plans and specifications using both English and Metric Standards of Measurement. Firms must clearly demonstrate specialized experience and expertise in collecting data in GIS formats, automating GIS data from source documents, performing spatial analysis and map production, and presenting final GIS data deliverables in geodatabase, shapefile, TIN and Grid format that are directly usable by the most recent version of the ESRI ArcGIS product suite. 2. PAST PERFORMANCE: Firm must submit information for 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 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 solicitation). Past performance on contracts with Government agencies and private industry regarding quality, cost control and timelines of work will be reviewed. Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS) will be utilized for prior performance evaluation. Firms may include supporting information in the proposal, such as letters of commendation from clients, on past performance recent similar contracts. Firm may also include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. 3. SIZE AND EXPERTISE OF STAFF: Firm must have, either in-house or through association with qualified subcontractors, U.S. registered personnel (as applicable) as follows: Architects, Engineers, and Landscape Architects. Engineering staff must include, but not be limited to, the following disciplines: Civil, Mechanical, Structural, Geotechnical, Coastal, Hydraulic, Hydrology, Soil, Sanitary, and Electrical. Additionally, a Registered Land Surveyor and all necessary supervisory and administrative personnel necessary for preparing engineering and design documents are also required. 4. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firm must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates. The evaluation will consider the experience of the firm and any consultants in similar size projects and the availability of any personnel in key disciplines. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS, IF NECESSARY: 5. 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. 6. GEOGRAPHIC LOCATION OF FIRM RELATIVE TO THE WORKSITE: Location of the firm relative to the worksite (considered the Jacksonville District Office) will be considered provided there are 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 each of the complete SF 330 for the firm or joint venture and SF 330, Part II, for each subcontractor. Submittal package must be received in this office at the address indicated below, no later than 2:00 P.M. Eastern Time on June 11, 2007. 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. 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 targets for subcontracting are 51.2% to small business concerns; 8.8% to small disadvantaged business concerns; 7.3% to women-owned small business concerns; 3.1% for HUBZone concerns, and 1.5% for Service-Disabled Veteran-Owned (SDVOSB). Large firms should keep these targets 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 with a small business standard of $4.5 million dollars. An approved small business-subcontracting plan will be required prior to award. Response to this ad must be in writing only; telephone calls and personnel visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, Prudential Building, 701 San Marco Boulevard, ATTN: CESAJ-EN-TA, Jacksonville, FL 32207-8175 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for proposal. See our Web Page at www.saj.usace.army.mil. THIS IS NOT A REQUEST FOR PROPOSAL. A Vendor User Guide is available on the FedTeds website. In order to receive notification of any amendments to this solicitation interested vendors must be REGISTERED TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all interested firms must also REGISTER AS INTERESTED VENDORS which also is located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. 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 CCR's web site 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=64555a91d9fe19619e1893d4fe788dce&tab=core&_cview=1)
 
Record
SN01785269-W 20090405/090403220616-64555a91d9fe19619e1893d4fe788dce (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.