Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2002 FBO #0090
SOLICITATION NOTICE

C -- IDIQ A/E Services for Design, Analysis and Review of Specialized, Innovative Construction for Major Navigation and Flood Control Structures primarily within the Great Lakes and Ohio River Division Boundaries

Notice Date
2/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Louisville - Civil Works, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W22W9K-2023-0938
 
Response Due
4/3/2002
 
Archive Date
5/3/2002
 
Point of Contact
Denise Bush, (502) 315-6209
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville - Civil Works
(denise.a.bush@lrl02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Engineering Services for One Indefinite Delivery Contract for the Design, Analysis, and Review of Specialized, Innovative Construction for Major Navigation/Flood Control Structures Primarily Within the Great Lakes and Ohio River Division Mission Boundaries . General Contract Information: The proposed services will be obtained by a negotiated Firm Fixed Price Contract. The base year of the contract shall not exceed $1,000,000. Projects will be awarded by individual task orders. Individual task orders are expected to be in the $10,000 - $300,000 range. The contract period is one year from date of award, with two - one year option periods with an additional ceiling amount of $1,000,000 for each option year exercised. Contract options may be exercised before the expiration of the base contract period (or preceding option period), if the contract amount for the base period (or preceding option period) has been exhausted or nearly exhausted. Unused monetary capacities from previous years can be carried forward to the present year. The maximum contrat value is $3,000,000. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 61.4% to Small Business, 9.1% to Small Disadvantaged Business, 5% to Woman-Owned Small Business, 3% to Veteran Own ed Business , and 2.0% to HUBzone Small Business. These percentages are applied to the total amount of subcontracted dollars.. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Int ernet site at http://ccr2000.com or by contracting the DoD Electronic Commerce Information Center at 1-800-334-3414. Project Information: Expected activities would include the design, analysis, and constructability review of specialized construction tech niques associated with major navigation/flood control projects. Expert engineering design, analysis, and review of specialized, innovative construction of major navigation structures will be required. This could include, but not limited to, the design, a nalysis, and review associated with cast-in-place, precast, prestressed, post-tensioned, tremie, roller compacted, and pre-placed aggregate concrete, tied back walls, cofferdams, or similar structures. Design, analysis, and constructability review of hydra ulic steel structures may also be required. Design, analysis, and constructability review of these structures for innovative construction techniques such as float-in, lift-in, and other non-traditional construction methods may be required. Structural, ma terials, geotechnical, hydraulics, mechanical, electrical and construction engineering design and review activities associated with innovative construction methods may be required. 3. Selection Criteria: See Note 24 for general selection process informati on. The specific selection criteria (a ? e) are primary and (e ? h) are secondary) in descending order of importance are as follows and must be documented with resumes in the SF 255: A. Professional Qualifications: Qualified registered professional engin eers (designers/analysts and checkers) with expertise pertaining to the above project information data as evidenced by the resume information. Firms should provide resumes for both analysts and checkers. B. Specialized Experience: Documented experience encompassing the above project information (i.e. engineering awards and/or published work, etc.); technical competence in innovative design and construction techniques (such as float-in, lift-in, and other non-traditional construction techniques) of major navigation structures. In-depth knowledge and experience associated with the design and analysis of navigation projects including locks, dams, water control g ates and valves, and other associated items. Technical competence in geotechnical, hydraulic, structural, mechanical, electrical, materials and construction engineering associated with innovative construction. A minimum of three relevant navigation projec ts within the last five years is required. Projects outside the five year range will not be considered. Do not submit more than ten navigation projects C. Capacity to complete the work in the required time. D. Past Performance on Department of Defense (D oD) and other contract with respect to cost control, quality of work, and compliance with performance schedules. E. Knowledge of the primary locality of the project. F. Volume of DoD contract awards in the last 12 months. G. Superior performance evalu ations on recently completed DoD contracts. H. 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. SUBMITTAL REQUIREM ENTS: a) See Note 24 for general submission requirements. Firms that are interested and meet the requirements described in this announcement are invited to submit one completed SF-255 (Revision 11-92), U.S. Government A/E and Related Services for Specific Projects to the Office shown above. SF-255 (Revision 10-83) is obsolete and only the 11-92 edition of SF-255 will be accepted. All responses on SF-255 to this announcement must be received no later than 4:30 p.m. local time on April 3, 2002. b) It is reque sted that interested firms list the fee amount and date of all DOD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF-255. c) Responding firms must submit a current and accurate SF-254 for each proposed consul tant. Additionally, all responding firms which do not have a current (within the past 12 months) SF-254 on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF-254. If a SF-254 is included, only the 11-92 edition of th e form will be accepted. The business size status (large, small and/or minority) should be indicated in Block 3 of the SF-255. Definition: A concern is small if the annual receipts averaged over the past three fiscal years do not exceed $4 million. d) No o ther information including pamphlets or booklets is requested or required. e) No other general notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A/E contrac ts. To receive information or to receive an ACASS number, call (503) 808-4591. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF-255. ACASS Number of the office performing the work should be listed i n Block 3 of the SF 255. ACASS Numbers may be obtained by contacting Portland Corps of Engineers website at: http://nwp.usace.army.mil/ct/i or by contacting the Portland Office at 503-808-4591. The Army Single Face to Industry site is http://acquisition.army.mil/default.htm. Release of a firm's status will occur within ten (10) days after approval of any selection. This is not a request for proposals. Submit responses to U.S. Army Corps of Engineers, Attn: Denise Bush, 600 DR. Martin Luther King, Jr. Place, Rm 821, Louisville, KY 40202-2230
 
Place of Performance
Address: US Army Corps of Engineers, Louisville - Civil Works 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00034044-W 20020302/020301082747 (fbodaily.com)
 
Source
FedBizOpps.gov 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.