Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

C -- FY09 Architect and Engineering Design Services

Notice Date
8/17/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Detroit, US Army Corps of Engineers, Detroit, 477 Michigan Avenue, Detroit, MI 48226
 
ZIP Code
48226
 
Solicitation Number
W911XK-09-R-0044
 
Response Due
9/16/2009
 
Archive Date
11/15/2009
 
Point of Contact
Michael Freestone, 3132262797<br />
 
E-Mail Address
US Army Corps of Engineers, Detroit
(michael.d.freestone@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER (A-E) CONTRACT FOR PLANNING, ENGINEERING AND DESIGN SERVICES FOR THE DETROIT DISTRICT, U.S. ARMY CORPS OF ENGINEERS. 1. Contract Information: Planning, Engineering and Design services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various civil works projects primarily within the Detroit District mission boundary, but could include services within the boundaries of the Corps of Engineers Great Lakes and Ohio River Division.. Two contracts are anticipated to be awarded. One contract will be solicited unrestricted and will have one twelve-month base period with four twelve-month option periods. The proposed services will be negotiated and obtained through the issuance of individual, fixed-price task orders. The ceiling for the base year and each option year is $1,000,000. An option may be exercised when the contract amount for the base period or proceeding option period has been exhausted or nearly exhausted. Individual, fixed-price delivery orders will not exceed $1,000,000. The maximum ceiling for the base year plus the option years of the contract will not exceed $5,000,000. Minimum guaranteed amount for the contract is $5,000. The other contract will be solicited as a small business set-aside and will have one twelve-month base period with four twelve-month option periods. The proposed services will be negotiated and obtained through the issuance of individual, fixed-price task orders. The ceiling for the base year and each option year is $250,000. An option may be exercised when the contract amount for the base period or proceeding option period has been exhausted or nearly exhausted. Individual, fixed-price delivery orders will not exceed $250,000. The maximum ceiling for the base year plus the option years of the contract will not exceed $1,250,000. Minimum guaranteed amount for the contract is $5,000. The estimated award date of the contract is October 2009. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000 in average annual receipts. This announcement is open to all businesses regardless of size for the first contract, and is set-aside for small businesses for the second contract. Large businesses must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Detroit District, which will be considered in the negotiation of this contract are (1) at least 32% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 18% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 5.8% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 3% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 10% of a contractor's intended subcontract amount be placed with HUBZone SB. THE SMALL BUSINESS SUBCONTRACTING PLAN IS NOT REQUIRED WITH THIS SUBMITTAL. The wages and benefits of service employees (see FAR Subpart 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. This procurement is UNRESTRICTED. 2. Project Information: No specific projects are identified at this time. The majority of the professional services are required for work related to the Planning, Engineering and Design for rehabilitation of existing navigation, flood control and other civil works structures, hydraulic, hydrologic and costal engineering, and environmental and ecosystem restoration. 3. Selection Criteria: See Government Wide Numbered Note 24 for general selection process. Firm must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Criteria a through e are primary factors. Criteria f through h are secondary factors and will only be used as tie-breakers among technically equal firms. a) Specialized experience and technical competence. The contractor shall demonstrate recent (last 10 years) specialized experience and technical competence in or related to: harbors, jetties and piers or related special (navigation)structures; rivers, canals, waterways and flood control structures; construction of new and rehabilitation of building structures and facilities; infrastructure repair and improvements, flood control structures, coastal structures including erosion protection; water quality modeling; dredging and dredged facilities; project planning; environmental and ecosystem restoration studies; hydrologic modeling of watersheds to include a variety of hydrometeorologic parameters; hydraulic modeling of rivers using 1-, 2- or 3-dimentional models, sediment delivery and transport modeling of watersheds, coastal processes studies to include sediment budgets; floodplain studies, use of Micro station CADD; use of Corps of Engineer standard programs for cost estimating (MCACES version MII) and specifications (SPECINTACT), and use of Geographic Information Systems (GIS). b) Capacity to accomplish the work: The selected firm shall have available for work on task orders adequate professional and technical personnel in the following disciplines: civil engineering, structural engineering, geotechnical engineering, geologist, hydraulic engineering, hydrologist, coastal engineers, cost estimating, specifications writers, CADD technicians, planners, economists, biologists, and ecologists. c) Professional Capabilities: A-E contractor will have (either in-house or through consultants) qualified registered professional personnel in the following key disciplines: engineers (practicing in the state where the project is located, i.e., following key disciplines: engineers (practicing in the state where the project is located, i.e., registrations/certifications required for Michigan, Minnesota, Wisconsin and Indiana). d) Past Performance. Past Performance on DOD and other contracts, preferably Corps of Engineers contacts, with respect to cost control, quality of work and compliance with performance schedules. Firms may include documentation of past performance on recent similar contracts with other Federal agency, State and local governments. The firm must demonstrate an effective quality control program that has delivered high quality products, on time and within budget. e) Demonstrate knowledge of the Great Lakes. Demonstrate knowledge of the Great Lakes locality that the firm possesses to accomplish the planning, engineering and design services to be provided listed in paragraph 1 above. f) Geographic Proximity. Geographic location of the principal design office within the Detroit District boundaries. g) Extent of participation. SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. h) Volume of DOD Contract Awards. Volume of DoD contract awards in the last 12 months Submission Requirements: Interested firms having the capabilities to perform this work must submit six copies of SF 330 to the US Army Corps of Engineers, Detroit District, 477 Michigan Avenue, Room 700, Detroit, MI 48226, ATTN: Michael Freestone, Contract Specialist, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. The SF 330 should specifically address the requirements of this announcement. See SF 330 note 24 for general submission requirements. The firm shall present a proposed organization chart and a narrative describing how the organization will function, including how the QA/QC plan will be implemented. The firm shall identify those functions to be subcontracted out and where those subcontractors are located. Include the firms DUNS number for the prime and key subcontractors in SF 330, block 10. In Block 30, describe owned or leased equipment that will be used to perform this contract as well as CADD capabilities. Facsimile transmissions will not be accepted. Solicitation packages will not be provided. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors qualification for the contract will be conducted only after submittal review by the selection board. Interviews will be conducted by telephone. Page Limitations: Section E shall be limited to 10 pages. Section F shall be limited to 10 projects, 20 pages total. Section H shall be limited to 15 pages. The page count is limited to single-sided copies, and pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. Cover letters, company literature and extraneous materials are not desired and will not be considered. Personal visits to discuss this announcement will not be scheduled. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA35/W911XK-09-R-0044/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Detroit 477 Michigan Avenue, Detroit MI<br />
Zip Code: 48226<br />
 
Record
SN01914173-W 20090819/090818000735-0075b17966bcbad33e9f2d9cb28879d6 (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.