Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR MULTI-DISCIPLINE MISCELLANEOUS CIVIL WORKS DESIGN AND OTHER ARCHITECT-ENGINEER SERVICES WITHIN THE FLORIDA BOUNDARIES OF THE JACKSONVILLE DISTRICT, PUERTO RICO, AND THE U.S. VIRGIN ISLANDS

Notice Date
7/8/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-11-R-0019
 
Response Due
8/9/2011
 
Archive Date
10/8/2011
 
Point of Contact
Carol A. Williams, 904-232-2127
 
E-Mail Address
USACE District, Jacksonville
(carol.a.williams@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of site planning, engineering studies, conceptual design, final design, cost estimating, and construction phase services for projects. The primary purpose of these contracts are 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 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. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000 in average annual receipts. These contracts are set-aside for Section 8(a) small businesses only. Only firms considered highly qualified will be awarded a contract. Indefinite delivery contracts will be negotiated and awarded from this solicitation with subsequent work issued by negotiated firm-fixed-price task orders. This announcement will result in up to two (2) awards. 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. The contracts will be 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. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. A firm must also be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. Register via the ORCA Internet site at http://orca.bpn.gov. 2. PROJECT INFORMATION: Services will include engineering and design services for predominantly civil work projects with limited support for military projects and support for other agencies, such as preparation of design reports, preparation of engineering studies, preparation of cost estimates and construction schedules, preparation of design calculations/analyses, and preparation of construction plans/specifications suitable for use in competitive bidding processes. The work will encompass all types of civil works projects including environmental restoration, flood control, beach renourishment, erosion control, jetties, navigation (including dredging), bridges, site planning, structural design (including pump stations, bridges, and water control structures), paving, grading, canals, levees and dams, drainage plans, utility systems design and relocation, and value engineering. Services will include cost estimates for planning, design, and construction phases, cost risk analyses, quantity takeoffs, development of construction schedules, and labor rate surveys. Preparation of construction cost estimates will require necessary software and hardware platforms to properly run MCACES Second Generation (MII). The MCACES (MII) software will be provided by the U.S. Army Corps of Engineers after contract award. The contractor will be responsible for the purchase of the associated Cost Book. Work on some projects may require performing topographic surveys by a licensed surveyor as well as geotechnical exploration and analysis. This work will require compliance with SDSFIE (Spatial Data Standard) for GIS and AEC (Architectural Engineering CADD Standard). All CADD products produced under this contract will be required to be submitted in MicroStation format and fully compliant with the AEC CADD standard. 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-e are primary. Criteria f-g are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. a. Specialized Experience and Technical Competence. Firms shall demonstrate specialized experience, expertise, competence, and professional qualifications in the tasks and specialties listed below. (1) Design Firms must clearly demonstrate specialized experience and expertise in design analysis for all phases of civil engineering and related work for the following types of features: site planning; flood control; structural design (including pump stations, bridges, and water control structures); environmental restoration; canals; and levees and dams. Firms shall demonstrate expertise in the preparation of plans and specifications; technical reports and studies; and documentation of design reports. (2) CADD/GIS Firms shall clearly demonstrate specialized experience and expertise in the following software programs: Bentley Systems three-dimensional MicroStation CADD system and InRoads. Firms shall demonstrate the ability to prepare construction drawings and specifications in digital format. (3) Cost Estimates Firms shall clearly demonstrate specialized experience and expertise in preparation of cost estimates. b. Professional Qualifications. A resume is required for key personnel showing relevant education, training, registrations, and certifications. Note: one individual possessing the required expertise of more than one discipline is acceptable, but the resume must clearly demonstrate meeting the required length of experience of each discipline of at least five (5) years. Firms must have, either in-house or through association with qualified subcontractors, adequate staff with specialized experience and knowledge to perform the work in the required time. (1) U.S. Registered Professionals: Key personnel must have a professional license in Engineering or Architecture. At least one key personnel must have a professional license for Engineering in the State of Florida. Staff must include, but not limited to, the following disciplines: Architect; Civil; Mechanical; Structural; Geotechnical; Hydraulic and Hydrologic; and Electrical. (2) Project Management: Project managers must have at least five (5) years of relevant experience and possess a professional license in Engineering or Architecture. c. Past Performance. Firms must demonstrate its past performance in accomplishment of similar work. Firm must submit information for relevant contracts and subcontracts started or completed within the past five (5) years (measured from the date of this synopsis), including the name, address, and telephone number of references. Firms may include supporting information in the proposal, such as letters of commendation from clients on past performance on recent similar contracts and include information on any problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Past performance will be reviewed on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to Accomplish the Work. Firms 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. e. Knowledge of the Locality. Firms shall be familiar with design requirements applicable to Florida. The following secondary criteria will be used as tiebreakers, if necessary: f. Geographic Proximity. Location of the firm in the general geographical area of Florida. g. Equitable Distribution of DoD Contracts. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small business and small disadvantaged business. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) copy of SF 330 Part I, for the proposed combined team (firm and joint venture and all subcontractors), and one (1) separate copy of SF 330 Part II for the firm or joint venture and each subcontractor to the above address not later than 4:00 P.M. on the response date indicated above. Submittals received after this date and time will not be considered. Solicitation packages are not provided. This is not a request for proposal. Verbal requests for information must be directed to the contract specialist POC appearing in the synopsis. Collect calls cannot be accepted. Written requests for explanation must be directed to the contract specialist POC appearing in the synopsis. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Responses to this announcement 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, the person that hand-delivers the offer 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-11-R-0019/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02493498-W 20110710/110708234920-3a5046826e8523a79670cb72fc750610 (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.