SOURCES SOUGHT
C -- Planning and Engineering Services for Various Water Resource Projects Primarily within the Wilmington District, South Atlantic Division, which covers most of North Carolina and parts of Virginia
- Notice Date
- 7/2/2003
- Notice Type
- Sources Sought
- Contracting Office
- US Army Corps of Engineer, Wilmington District - Civil, CESAW-CT, PO Box 1890, Wilmington, NC 28402-1890
- ZIP Code
- 28402-1890
- Solicitation Number
- A-E SERVICES
- Response Due
- 8/4/2003
- Archive Date
- 10/3/2003
- Point of Contact
- Danny Kissam, 910-251-4424
- E-Mail Address
-
Email your questions to US Army Corps of Engineer, Wilmington District - Civil
(danny.r.kissam@saw02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA An A-E Indefinite Delivery Contract for planning and engineering services will be negotiated for various projects primarily for the Wilmington District. This Solicitation is UNRESTRICTED and is open to all firms regardless of size. One (1) contract will be awarded from this solicitation. The contract will be for a period of one year from the date of award, with a option to extend for two additional years. Work will be assigned by negotiated Task Orders. Maximum order limits are $1,000,000 for each contr act year and up to $500,000 per Task Order. The Government reserves the right to exercise a contract option period before the expiration of the base period or preceding option period, if the contract amount for the base period or preceding option period h as been exhausted or nearly exhausted. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work planned for subcontracting. Subcontracting Goals for t his contract will be in the range of a minimum 57.2% of the intended subcontract amount must be placed with Small Businesses (SB), including Small Disadvantaged Businesses (SDB) and Women-Owned Small Business (WOSB); minimum of 8.9% to Small Disadvantaged Business; minimum of 8.1% to Women-Owned Small Business and a minimum of 3.0% with Service-Disabled Veteran-Owned Small Business. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 800-334-3414. PROJECT INFORMATION The services consist of A-E services for (1) federally funded construction projects administered by the Corps of Engineers and other Federal Agencies, and (2) military construction projects located in North Carolina and Virginia. Field work initiated under this Scope of Work may be conducted on both privately owned and publicly (local, State and Federal) owned property. The various regulatory obligations and legal authorities for each category of investigation are complex and all work will require close co ordination with the Wilmington District. Services to be provided may include: (1) alternative assessments, formulation and evaluation; (2) feasibility studies; (3) NEPA documentation and environmental assessments; (4) preparation fo preliminary and final designs and reports; (5) preparation of computer generated drawings and maps; (6) preparation of quantity take-offs and MCACES cost estimates; (7) inspection, evaluation and reports on completed projects; (8) value engineering; (9) site master planning, an d installation support for military installations. The type of projects include; navigation locks and dams, coastal navigation, dredged material management, environmental restoration, streambank protection, coastal storm protection, recreation projects, m ilitary master plans, military facility plans, flood control dams, and local flood protection projects including, but not limited to, levees and flood walls, clearing and snagging, channelization, diversion channels, pumping stations, ponding, non-structua l flood damage reduction, hurricane evacuation and floodplan management studies. SELECTION CRITERIA A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in water resource projects with emphasis on flood control, coastal planning and engineering, hydrological/hydraulic planning and engine ering, investigative capabilities, environmental planning, preparation of cost estimates using MCACES software and ability to develop designs using the metric system of measurement. B. SIZE AND EXPERTISE OF STAFF: Firm must include, but not be limited to, either in-house or through association with qualified consultants, the following U.S. Registered personnel, if registration is applicable, as follows: Water Resour ces Planner, Civil Engineer, Coastal Planner, Regional Planner, Coastal Engineer, Hydraulic Engineer, Hydrologist, Water Quality Specialist, Environmental Engineer, Geotechnical Engineer, Landscape Architect, Geo-Hydrologist, Cost Engineer, Cost Estimator, Engineering Technician, GIS/CADD Technician, CADD Draftsman, Land Surveyor, Biologist, Regional Economist, Economist, Real Estate Specialist, Real Estate Appraiser, Archeologist, Cultual/Archeological Analyst, Social Analyst, Institutional Analyst, Outdoo r Recreation Specialist, Typist and all necessary supervisory and administrative personnel to prepare planning and/or contract bid documents. C. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firm must have the capacity to commence work withing fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dats. D. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality, cost control and timeliness of work will be reviewed. Past DoD experience data available to the Government through the A-E Contract Admin istration Support System (ACASS) will be utilized for prior performance evaluation. E. SB AND SDB PARTICIPATION: Extent of participation of small business, small disadvantaged business, historically black colleges and universities, and minority institutions in the proposed contract, measured as a percentage of the total estimated effort . F. GEOGRAPHIC LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the worksite (considered the Wilmington, North Carolina District Office) will be considered provided there is an adequate number of qualified firms for consideration. G. VOLUME OF PAST DOD CONTRACT AWARD(S)TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. SUBMISSION REQUIREMENTS SEE NOTE 24 for general submission requirements. Those firms which meet the requirements described in this announcement and wish to be considered must submit two copies each of SF 254 and SF 255 for the firm or joint-venture and SF 254 for each subcontractor. In Block 4 of SF 255 list only the office pe rsonnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants, should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific proje ct experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 per evaluation factors A-D is strongly recommended. Submittal package is to be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on the 30th Calendar day after the date of appearance of this announcement in the FedBizOpps. If the 30th day is a Saturday, Sunday or a Federal Holiday, the d eadline is the close of business of the next business day. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint-ventures with other small businesses. All interested firms are reminded that the successful firm will be e xpected to place subcontracts to the maximum practical extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a Large Business firm is selected, a small business subcontracting plan will be required prio r to award. Response to this advertisement should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be s ubmitted to the following address: U.S. Army Corps of Engineers, Wilmington District Attn: CESAW-CT/Danny Kissam Post Office Box 1890 (28402-1890) 69 Darlington Ave. (28403) Wilmington, North Carolina THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES ARE NOT PROVIDED.
- Place of Performance
- Address: US Army Corps of Engineer, Wilmington District - Civil CESAW-CT, PO Box 1890, Wilmington NC
- Zip Code: 28402-1890
- Country: US
- Record
- SN00362832-W 20030704/030702213733 (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 |