SOLICITATION NOTICE
C -- Architect-Engineer Services for Indefinite Delivery Contract (IDC) for Hackensack Meadowlands Environmental Restoration Studies
- Notice Date
- 12/18/2002
- 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
- FEDBIZOPS-03-352-02
- Archive Date
- 3/22/2003
- 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 Contract Information: One Indefinite Delivery Contract (IDC) will be negotiated and awarded, with a base period not to exceed three years with no option periods. The amount of work in the contract period will not exceed $3,000,000 (EFARS 36.601-3-90(b)). Work will be issued by negotiated firm-fixed-price task orders. The Government?s obligation to guarantee a minimum amount for payment is $60,000. One firm will be selected from this announcement. Estimated construction cost range is not applicable. S pecific disciplines include, but are not limited to; biologist; surveryor; geologist/geochemist; GIS specialist/geographer; HTRW specialist; hydrologist; hydraulic engineer; hydrologic engineer; hydrodynamic modeler; geotechnical engineer; cost estimator; civil engineer; structural engineer; estuarine ecologist; ecosystem restoration specialist; fisheries biologist; coastal engineer; cultural resources specialist/archeologist. Special qualifications include, but are not limited to: biological surveying and mapping; bio-benchmarking; the capability to use, interpret and integrate topographic, hydrographic and bathymetric surveys performed by others; capability and experience to use specialized computer programs such as MCACES and ArcView; water resources plan ning; environmental restoration; environmental restoration formulation and evaluation; engineering investigations; GIS data entry and analysis (compatible with Corps applications); environmental inventorying; incremental cost analysis for environmental res toration formulation purposes; engineering and design of habitats; environmental design and monitoring of estuarine habitat; environmental testing and analysis; reproduction of studies and reports, and aerial photography; habitat evaluations; environmental analysis and assessment; preparation of Corps Feasibility Reports (ER 1105-2-100) and feasibility level environmental impact statements (ER 200-2-2); HTRW assessments; soil borings and sediment testing (chemical and physical/geotechnical); and technical report writing. The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handl e the large volume of work under strict deadlines. The contractor must demonstrate in their submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced.Supervisory and/or key personne l should have P.E. certification, and should have experience in the following: (1) formulation of estuary aquatic ecosystem restoration projects, (2) cost engineering, (3) foundation analysis, (4) hydrographic surveys, (5) mapping, (6) aerial photography, (7) environmental assessments, (8) estuarine habitat restoration, (9) cultural resource assessments, (10) budgeting, (11) construction sequencing, (12) hydrodynamic modeling. Closing date for submitting SF 254 and SF255: The closing date will be shown i n the FedBizOpps website http://www.fedbizopps.gov The date is shown as Original Response 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 the 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. The Corps must adhere to strict standards regardi ng the selection process. Therefore, the applicant should follow these guidelines closely to avoid disqualification. Evaluation factors 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 contr acts 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 area are e ncouraged to submit applications. 6. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and ha rmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultan ts that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. 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, with the object of effecting an equitable distribution among qualified A/E firms, including Veteran owned small business and small disadvantaged business firms, Hub Zone small business and Woman owned small business concerns and firms that have not had prior DoD contracts.Start Date/ Completion Date: November 2003/ November 2007 Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. 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 copies of the SF-254 with their initial response to the CBD announcement. Firms usin g consultants 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 quali fied 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 2037, 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
- SN00226115-W 20021220/021218213604 (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 |