SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR HURRICANE AND STORM DAMAGE REDUCTION STUDIES FOR RARITAN BAY AND SANDY HOOK BAY, NEW JERSEY-HIGHLANDS
- Notice Date
- 5/1/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, New York - Civil Works, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- CBAEPL-02-120-0013
- Response Due
- 5/31/2002
- Archive Date
- 6/30/2002
- Point of Contact
- Ina Ohrwashel, 212-264-0154
- E-Mail Address
-
Email your questions to US Army Engineer District, New York - Civil Works
(Ina.J.Ohrwashel@nan02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA These services will be provided under one (1) indefinite delivery contract. This contract will be for a base period of up to 12-months, with two option periods of up to 12 months each period. The contract amount (base period plus 2 option periods) will n ot exceed $3,000,000 and will not exceed $1,000,000 per period. Individual task orders will not exceed $1,000,000. This contract will include 2 option periods under the same terms and conditions as the basic contract. The Government has the right to exe rcise the option period after the monetary limit is reached for the base period and prior to the expiration of the time period (365 calendar days). Within this period of time (from the time the option is exercised up until the 365 calendar days is exhaust ed), all negotiated task orders should use the labor rates from the base period, until the 365 calendar days expire. After the 365 calendar days expire, the negotiated rates for 1st option period will be used. Similarly, 730 calendar days after award of the initial contract, all negotiated task orders should use the labor rates from the 2nd option period. The Government?s obligation is to guarantee a minimum amount of payment of $20,000 for the base period and $10,000 for each option period. One A/E fir m will be selected from this announcement Specific disciplines and skills include, but are not limited to: surveying and mapping; GIS data entry (compatible with Corps applications); hydraulic/ hydrologic engineering; coastal engineering; bioengineering; g eotechnical engineering; civil (design)/structural engineering; cost estimating; electrical engineering, mechanical engineering, storm damage (economic) assessment/ analysis; environmental assessment; cultural assessment; HTRW assessment; real estate asses sment; offshore and soil borings (with laboratory analysis), and technical report writing. Special qualifications include, but are not limited to: capability and experience to use specialized computer programs such as HEC-RAS, HEC-1, HEC-2, EAD, MCACES, and Microstation (.DGN) for producing digital files/drawings; water resources planning, formu lation and evaluation; engineering investigations; environmental testing and analysis; reproduction of studies and reports, and aerial photography. The contractor should have experience with the Coastal Engineering Manual from the USACE dated 1998, and be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. Supervisory and/or key personnel should have P.E. or P.L.S. certification, and should have experience in the following: (1) budgeting, (2) flood control including coastal structural and non-structural design, (3) interior drainage analysis, (4) storm damage survey (5) foundation analysis, (6) recreational use analysis, (7) hydrographic surveys, (8) mapping, (9) aerial photography, (10) environmental assessments, (11 ) cultural resource assessments, (12)watershed planning, (13) environmental restoration, (14) cost engineering, and (15) wave runup and overtopping analysis. In addition, in block 10 of SF 255 Form, the firm should indicate the QA/QC plan on how the Prime Consultant will manage their team to ensure that quality products are delivered to the New York District Closing date for submitting SF 254 and SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Applicants should submit their qualifications on the 11/92 version of t he SF255 and SF254. SF254 should reflect the firm?s overall qualifications, and the SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If the applicant chooses to employ subcontractors, he must submit a SF254 for each subcontractor. The Corps must adhere to strict standards regarding the selection process. Therefore, the applicant should follow these guidelines closely to avoid disqualification Evaluation factor s in descending order of importance: A. Primary Selection Criteria 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary to satisfactorily perform required services. 3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4. Capacity to accomplish the work within the required time. 5. Familiarity with the general geographical area within the boundaries of the New York District, provided that an appropriate number of applicants meet these criteria, given the nature and size of the project. Note: Firms from any geographical areas are encouraged to submit applications. B. Secondary Selection Criteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2. Geographic proximity in relation to the location of the project. 3. Volume of work previously awarded to the firm by the Department of Defense (DOD), with the objective of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms, and firms that have not had pr ior DOD contracts. Start Date/ Completion Date: October 2002/September 2005 Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large firms are reminded that the successful firm will be expected to place subcontracts, to the m aximum practicable extent, with small and small disadvantaged firms, in accordance with Public Law 95-507. If a large business firm is selected, a small business contracting plan will be required prior to award. Firms which have not previously applied for New York District projects, and firms which do not have a current SF-254 on file with the New York District, should submit two of the SF-254 with their initial response to the FBO announcement. Firms using consu ltants should submit copies of the SF-254 for their consultants. a) Notification of all firms will be made within 10 calendar days after the approval of the final selection. Notifications will not be sent after a pre-selection approval. The notification will indicate that the firm was not among the most highly qualifi ed firms, and that the firm may request a debriefing. b) The selection chairperson must receive the A/E?s request for a debriefing within 30 calendar days after the date on which the firm received the notification. c) Debriefings will occur within 14 calendar days after receipt of the written request. d) Of the firms that are not short-listed, copies of all SF 254s and SF 255s will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to MS. Willien Cunningham, CENAN-EN-M, Room 2307, 26 Federal Plaza, New York, NY 10278-0090, (212) 264-9123.
- Place of Performance
- Address: US Army Engineer District, New York - Civil Works CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN00069650-W 20020503/020501213404 (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 |