SOLICITATION NOTICE
C -- Architect-Engineering services for Indefinite Delivery Abandoned Mine Drainage (AMD) and Abandoned Mine Land (AML), Aquatic Ecosystem Restoration Planning and Design Contracts.
- Notice Date
- 4/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Baltimore - Civil Works, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- DACW31-03-R-0015
- Archive Date
- 7/14/2003
- Point of Contact
- Susan Sonenthal, 410-962-7646
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Baltimore - Civil Works
(susan.j.sonenthal@nab02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA DACW31-03-R-0015 CONTRACT INFORMATION: Architect-Engineering services are required for Indefinite Delivery Abandoned Mine Drainage (AMD) and Abandoned Mine Land (AML), Aquatic Ecosystem Restoration Planning and Design contracts to support the North Atlanti c Division and the Great Lakes and Ohio River Division of the US Army Corps of Engineers. It is the intent of the Government to use a cascading approach to award a minimum of three and a maximum of five contracts on a competitive basis as small business se t-asides in accordance with FAR Part 36, provided that adequate competition is received. If small businesses do not meet the criteria below, the government intends to award on an unrestricted basis under this announcement. Therefore, small businesses and all others are encouraged to submit SF 255 and SF 254?s. Task orders will be assigned based on the A-E?s workload, geographic area, specialized experience, customer satisfaction, and project requirements. Contracts may be issued up to one year after selec tion approval and will be issued based on the order of ranking of the firms by the selection board. The number of contracts that will be issued will be dependent on the amount of work that will be required. The contracts will each be for one base period not to exceed 12 months and will contain an option to extend for up to two additional 12-month periods. The contract amount for the base period will not exceed $1,000,000 for each contract. The total contract amount is $3,000,000 for each contract. Indi vidual task orders shall not exceed the annual contract amount. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal con tract. A paper copy may be obtained from the DOD Electronic Commerce Information Center at 888-227-2423 or CCR web site at www.ccr.gov. PROJECT INFORMATION Work consist of preparation of reports, studies, design criteria, estimates, specifications, des igns, and other general A-E services for multi-disciplined aquatic ecosystem restoration projects involving AMD/AML. SELECTION CRITERIA The selection criteria for this particular project are listed below in descending order of importance (first by major cr iterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-g are secondary an will only be used as ?tie-breakers? among firms that are essentially technically equal.? (a) Specialized Experience and Technical Competence: 1. Demonstrate pr oficiency in utilizing a WATERSHED approach to AMD/AML restoration, including all necessary planning. 2. Must have designed at least 5 passive AMD treatment systems (?passive? is determined by the government) within the mid-Atlantic region (Maryland, Penns ylvania, West Virginia or Virginia). 3. Must have constructed, or oversee the construction, at least 3 passive AMD treatment systems (?passive? is determined by the government) within the mid-Atlantic region (Maryland, Pennsylvania, West Virginia or Virgin ia). 4. Demonstrate proficiency in collecting, analyzing and interpreting flow, water quality and metal loading data under pre and post project conditions. 5. Demonstrate a thorough understanding of design, staging, construction sequencing and post project monitoring. 6. Demonstrate proficiency in pre design abatement evaluation (i.e. elimination or prevention of AMD). 7. Demonstrate a proficiency in applying passive treatment technologies and provide at least 2 examples of new or innovative technologies. 8 . Demonstrate ability to conduct subsurface investigations to support construction and properly gather and interpret mining maps and other coal seam information (i.e. bore logs). 9. Must have designed and constructed, or oversee the construction of, more p assive treatment systems than active or chemical treatment systems. 10. Topographic surveys, soil surveys and associated testing. (b) Professional Qualific ations: Qualified professional personnel in the following key disciplines: mining engineer, geologist, hydrologist, environmental engineer or water quality chemist, biologist or ecologist, and civil engineer. The evaluation will consider education, certif ications, training, registration, overall and relevant experience, and longevity with the firm. (c) Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as d etermined from ACASS and other sources. (d) Capacity to Accomplish the Work: Capacity of the A/E to accomplish the magnitude of work necessary to support the Baltimore District. The A/E must be capable of responding to multiple work orders concurrently. Th e evaluation will consider the availability of an adequate number of personnel in key disciplines. (e) Knowledge of the Locality: Recent relevant experience in the mid-Atlantic region states of Maryland, Pennsylvania, West Virginia, or Virginia with respec t to coordinating with local, state, and Federal regulatory agencies. (f) Equitable Distribution of DOD Contracts: Volume of DOD contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD AE contracts among qual ified firms. (g) Geographic Proximity: Proximity to the Baltimore District headquarters. The size standard for this procurement is $4,000,000 average annual receipts over the last 3 fiscal years. The North American Industry Classification Code (NAICS) is 541330 SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the fee proposal will be required, consistent with Section 806(b) of PL 100-180, 95-907, and 99-661. A minimum of 45% of the total planne d subcontracting dollars shall be placed with small business concerns. At least 20% of total planned subcontracting dollars shall be placed with small Disadvantaged Businesses (SDB), to include Historically Black College and University or Minority Institu tions, 3% to HubZoned small business firms, 10% with Woman-Owned Small Businesses, 3% Veteran-Owned Small Businesses and 3% with Veteran-Owned Small Disadvantaged Businesses. Baltimore District encourages woman-owned small businesses and small disadvantage d business participation as prime contractors. The plan is not required with this submittal. The size standard is $4,000,000 average annual receipts over the last 3 fiscal years. The North American Industry Classification Code (NAICS) is 541330. SUBMISSIO N REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit an SF255 for the prime and joint venture. SF 254s must be submitted for the prime and for each consultant. These fo rms must be submitted to the above address not later than 4:00PM on 19 May 2003. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to do the work. Only one copy of a submission (SF 255/SF254) is required at this time. Th e Baltimore District does not retain SF 254?s on file. Block 3a, please also include the name and email address of the point-of-contact for this submission. In block 9 of the SF 255, the prime shall provide contract award dates for all projects listed in that section. In Block 10 also include an organization chart and describe the firm?s overall management plan. Telephone interviews with be conducted with the short listed firms. Mailing address to send proposals: US Army Corps of Engineers, 10 South Howar d St., Room 7000, Baltimore, MD 21201, ATTN: Susan Sonenthal. Mrs. Sonenthal can be reached at 410-962-7646 and via Internet susan.j.sonenthal@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Solicita tion packages are not provided. This is not a request for proposal.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore - Civil Works 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00301920-W 20030413/030411213716 (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 |