SOLICITATION NOTICE
C -- A/E IDT contract for Planning, Engineering & Design services
- Notice Date
- 3/28/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- U.S. Army Corps of Engineers, Detroit - Civil Works, 477 Michigan Avenue, Detroit, MI 48226
- ZIP Code
- 48226
- Solicitation Number
- DACW35-02-R-0009
- Response Due
- 4/30/2002
- Archive Date
- 5/30/2002
- Point of Contact
- Deborah McColla-Butler, (313) 226-6474
- E-Mail Address
-
Email your questions to U.S. Army Corps of Engineers, Detroit - Civil Works
(Deborah.McColla-Butler@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA INDEFINITE DELIVERY CONTRACT FOR PLANNING, ENGINEERING AND DESIGN SERVICES FOR THE DETROIT DISTRICT, US ARMY CORPS OF ENGINEERS 1. CONTRACT INFORMATION: Planning, Engineering & Design services, to include topographic and hydrographic surveying, geotechnical investigations and environmental sampling/testing, is required for various civil works projects primarily within the Detroit District mission boundary, but could include services anywhere within the Great Lakes and Ohio River Division boundaries. The contractor selected will need sufficient resources and flexibility to be able to furnish a full range of professional planning, e ngineering and design services related to civil works projects in the upper Great Lakes area. Expected services may include, but are not limited to, the following: topographic site surveys & mapping; real estate and boundary surveys; hydrographic surveys; geotechnical site investigations, boring, sampling & testing; environmental (soil, sediment & water quality) sampling & testing; hydraulic modeling and analysis for the Great Lakes Connecting Channels, hydrologic modeling and analysis for Great Lakes basi n water supply studies, coastal engineering and processes studies for Great Lakes shoreline and erosion projects; design of navigation project structures, facility repairs/improvements, infrastructure repairs and improvements, flood control structures, sho reline protection & remediation, dredged material disposal confinement facilities, environmental and ecosystem restoration, watershed studies, containerized HTW remediation; and preparation of planning & design report documents, construction plans and spe cifications & cost estimates (utilizing Corps of Engineers standard microcomputer programs (MCACES/ SPECSINTACT) for the aforementioned projects. The indefinite delivery contract will be negotiated and awarded for a base period of one year, and two optio n periods, each one year in duration. The proposed services will be negotiated and obtained through the issuance of individual, fixed-price delivery orders, not to exceed $1,000,000 per order. The annual ceiling for the base year and option years is $1, 000,000 per year. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. It is anticipated that more than one indefinite delivery contract with similar scope of wo rk will be in place during the period of this contract. Criteria to be used in allocating orders will include performance and quality of deliverables under the current contract, capacity to accomplish the order in the required time, uniquely specialized e xperience and equitable distribution of work among the contractors, and other relevant factors. This announcement is open to all businesses regardless of their size. If a large business is selected for this contract, it must comply with FAR 52.219-9 rega rding the requirement for a subcontracting plan on the part of this work it intends to subcontract. The subcontracting goals for each contract are that a minimum of 23.0% of the contractor?s intended subcontract amount be placed with small businesses (SB) including; 9.1% with small disadvantaged businesses (SDB), 5% with women owned small businesses (WOSB), 3% Veteran-Owned Business and 2.5% with HUB Zone small businesses. The detailed subcontracting plan is not required with this submittal. The wages a nd benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The majority of the professional services are required for work related to the design or rehabilitation of existing navigation, flood control & other civil works structures, environmental restoration and HTW remediation. Anticipated project sites are within the geographic limits of the Detroit Distr ict, and are locat ed in Michigan, eastern Minnesota, eastern Wisconsin and northern Indiana. The estimated range of construction costs for the project ranges from $50,000 to $10,000,000. 3. SELECTION CRITERIA: See Note 24 for the general selection process. The selecti on 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-h are secondary and will only be used if necessary as tiebreakers in ranking the most highly qualified firms. (a) Qualified registered professional personnel in the following key disciplines: engineers (practicing in the state where the project is located, i.e., registrations/certifications required for Michigan, Minnesota, Wisconsin & Indiana); professional land surveyor or hydrographic surveyor (ACSM). (b) Specialized Experience and Technical Competence in or related to: harbors jetties & piers or related special (navigation) structures; rivers, canals, waterways & flood control; rehabilitation of buildings structures & facilities; coastal structures including erosion protection; reservoir modeling, inflow studies, water quality modeling; mathematical modeling; earth and rock dams, dikes & levees; foundations; dredging & dredged disposal facil ities; solid waste disposal & land fills; environmental protection projects; underground storage tanks; site, installation and project planning; soils & geologic studies; marine sediment sampling; water resources, hydrology & ground water; comput er aided design (CAD); computer aided drafting & design (CADD); surveying, platting, mapping, flood plain studies; boundary surveys & title searches; construction contract layouts & quantity takeoffs; dredging (hydrographic) surveys; use of global positioning systems (GPS); environmental testing & analysis; use of Microstation CADD; establishing horizontal & vertical control by conventional surveying and mapping methods; establishing horizontal & vertical control by GPS; accomplishing topographi c surveys; performing hydrographic surveys in flowing water (rivers & streams), in Great Lakes Harbors, and along the Great Lakes shorelines; geotechnical sampling/testing of Great Lakes subsurface geology; installation of ground water monitoring & sam pling wells and piezometers; Great Lakes aquatic systems including sediment and water sampling (in both lakes and rivers) and testing; use of various software packages (standard HEC, WES, NWS programs) for hydraulic/hydrologic engineering and one- and two -dimensional open channel hydraulic modeling; determination and forecasting of net basin supplies and watershed studies including a variety of hydrometeorlogic parameters. (c) Capacity to Accomplish the Work: The selected firm shall have available for work on delivery orders adequate professional and technical personnel in the following disciplines: civil engineering, structural engineering, geotechnical (foundation) engineering, geologists or soils engineering, hydraulic engineering, hydrologists, c oastal engineers, surveying, cost estimating, specification writers, CAD/CADD experts (draftsmen), engineering technicians, environmental engineering, industrial hygienists, chemists, taxonomists, and HTW certified survey, geotechnical sampling & envir onmental sampling crews. Firms must demonstrate their capability to perform hydrographic and land surveys by submitting a list of survey, horizontal positioning, and sounding equipment intended for use on this contract. Firms must demonstrate their capabi lity to perform geotechnical and environmental sampling of field sampling and laboratory testing equipment intended for use on this contract. Firms must demonstrate capability to accomplish data collection and sampling on the water by submitting a list of the type & size of boats & equipment that will be used for this work. (All boats must meet U.S. Coast Guard requirements). To demonstrate CAD/CADD capabili ty, firms must demonstrate that they have the Microstation CADD software and hardware necessary for submittal of files in Microstation, including drawings, surveys, and digitizing and scanning products. For geotechnical sampling and testing, the drilling and sampling must be able to be accomplished under the direction of a graduate soils engineer or geologist, the laboratory must be COE certified in accordance with EM 1110-2-1261 or demonstrate capability of achieving certification via past certification or documented inspections and certification from other Federal or State agencies, have the capability of performing Q and R-bar tests, and have a successfully established QA/QC program with personnel identified. They must demonstrate that they are capab le of performing soil and rock borings up to 150 feet in depth in rough terrain and obtaining up to 5-inch diameter undisturbed samples in cohesive soils. For environmental testing, the laboratory must be COE validated or demonstrate capability of achiev ing validation via documented inspections and certifications from other Federal or State agencies and have a successfully established QA/QC program with personnel identified. (d) Past performance on DoD and other contracts with respect to cost control, qu ality of work, and compliance with performance schedules. Selection emphasis will be placed on evaluating past performance on DoD contracts, as documented in the ACASS database. Firms may include documentation of past performance on recent similar contra cts with other Federal agency, State and local governmental clients, particularly firms possessing little or no DoD related past performance. The firm must demonstrate an effective quality control program that has delivered high quality products, on time a nd within budget. e) 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 ) Extent of participation of small businesses, small disadvantag ed businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g) The geographic proximity of the firm to the general geographical area of the Detroit District. (h) Volume of DoD contract awards in the last twelve months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all subcontractors, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Satu rday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm ACASS number in SF 255, Block 2b. For ACASS information, call (503) 326-3459. This is not a request for proposal. This procurement is UNR ESTRICTED.
- Place of Performance
- Address: U.S. Army Corps of Engineers, Detroit - Civil Works 477 Michigan Avenue, Detroit MI
- Zip Code: 48226
- Country: US
- Zip Code: 48226
- Record
- SN00049831-W 20020330/020328213403 (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 |