Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOURCES SOUGHT

C -- IDC for A/E Svcs to Support Civil Works

Notice Date
3/10/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-11-R-0027
 
Point of Contact
Sandra G Fletcher, Phone: 215-656-6915
 
E-Mail Address
Sandra.G.Fletcher@usace.army.mil
(Sandra.G.Fletcher@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. 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: Paul Bacani, (215) 656-6606. This procurement was previously posted under Request for Proposal Number W912BU-11-R-0007 on 18 November 2010. The Philadelphia District, U.S. Army Corps of Engineers intends to award a one (1) year Indefinite Delivery Contract, with options for up to two (2) additional twelve (12) month periods, to primarily support civil works missions assigned to the District. Support for the Work-for-Others and Military missions will be secondary efforts under this contract. The maximum task order limit is $700,000.00. The cumulative amount for all task orders in either the base or option period shall not exceed $1,000,000.00. The cumulative amount of all task orders for the base and option periods shall not exceed $3,000,000.00. Options may be awarded at the discretion of the Contracting Officer based on reaching the dollar limit or the time period. 2. PROJECT INFORMATION : The selected firm will be used primarily, but not exclusively, to provide assistance to Engineering and Construction Division within the District. Work under this contract will primarily be related to long span steel and cable stayed bridges including but not limited to: inspections and evaluation, report preparation, structural monitoring and analysis, fatigue and material testing and analysis, land and hydrographic surveying, underwater inspection and concept and detailed design including preparation of plans, specifications and cost estimates for evaluation, repair, rehabilitation and new construction of bridge structures and all related appurtenances. Primary disciplines required include: civil engineers, structural engineers, highway engineers, geotechnical engineers, specification writers, cost engineers, draftsman/CADD operators and bridge inspection personnel. Other work under this contract will include support to work-for-others and military programs assigned to the District in the area of special structures, including buildings, highway, civil, architectural and related facility engineering. Work may be required by others and outside of the District's boundaries. The work in the secondary areas shall include but not be limited to site investigations, surveying, analysis, planning, concept and detailed design including plans, specifications and estimates and various support during construction. The contractor must be capable of performing both hard and soft metric design. Engineering work performed under this contract, including but not limited to, civil and structural engineering shall be reviewed and approved by Registered Professional Engineers in that particular field. Firms that plan on using subcontractors shall provide a list of subcontractors that are to be used and the work they will perform. Firms must be familiar with the requisite United States Army Corps of Engineers, National Bridge Inspection Standards, Federal Highway Administration, and AASHTO requirements and regulations for preparation of various inspections, designs and technical reports. The firm must be able to prepare specifications using SPECSINTACT, detailed cost estimates using MCACES MII Version 3.01 estimating software, and computer-aided drawings in AutoCAD Version 9. The selected firm will have primary services capability in-house. 3. SELECTION CRITERIA : Significant selection evaluation criteria in relative descending order of importance will include: (1) Specialized experience of the firm in the primary areas of work, including having demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in design where appropriate; (2) Professional experience of the proposed staff; (3) General experience in the other, related work; (4) Capacity of the firm to accomplish multiple projects simultaneously within the required time and within construction costs limitations; (5) Past performance, if any, with respect to the firm's performance on Department of Defense contracts; (6) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (7) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified A/E firms respond to this announcement. 4. SUBMISSION REQUIREMENTS : Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 (revised 6/04) for the prime firm and for each consultant to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, ATTN: Paul D. Bacani, Philadelphia, PA 19107-3390 not later than the close of business on the 30 th day after the date of this announcement. If the 30 th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. All contractors are advised that registration in the Department of Defense (DOD) Central Contractor Registration (CCR) Database is required prior to the 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 the CCR Assistance Center at (888) 227-2423, or email dis_support@dlis.dla.mil (available 24 hours, 7 days a week). As a part of this submittal, it is required that all responding firms clearly present billing amounts for all U.S. Army Corps of Engineers work as well as all other Department of Defense work for the 12 months preceding this announcement. As a requirement for negotiations, the selected contractor(s) will submit for government approval, a quality control plan that will be enforced through the life of the contract. This Plan must include the specific measures to be used to document internal quality reviews and corrective responses as applicable. The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to Government requests for proposal, information, documentation, etc. in accordance with established schedules. The NAICS Code is 541330 with a size standard of $4,500,000.00. Include ACCASS number in Block 5 on the SF330. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS Number. This is not a request for proposals. No other notification to firms for this project will be made****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-R-0027/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
Zip Code: 19107
 
Record
SN02397679-W 20110312/110310234312-60896f83f087d4c1eb64144cb341f965 (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.