SOURCES SOUGHT
C -- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEERING CONTRACT FOR ENGINEERING AND PLANNING SERVICES ON WATER RESOURCES AND MILITARY PROJECTS WITHIN SOUTHWEST DIVISION (SWD) BOUNDARIES
- Notice Date
- 9/24/2003
- Notice Type
- Sources Sought
- Contracting Office
- US Army Engineer District, Tulsa - Military, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- DACA56-03-R-2027
- Response Due
- 10/27/2003
- Archive Date
- 12/26/2003
- Point of Contact
- Brenda Anderson, 918-669-7274
- E-Mail Address
-
Email your questions to US Army Engineer District, Tulsa - Military
(Brenda.K.Anderson@swt03.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 1. CONTRACT INFORMATION: The Tulsa District plans to procure an indefinite delivery indefinite quantity (IDIQ) contract for Architect-Engineer (A-E) planning, and environmental services for water resources studies, community planning services, and militar y projects. The proposed services will be obtained by a negotiated firm fixed-price contract. Projects will be awarded by individual task orders not to exceed $500,000 with the maximum contract value not to exceed $3,000,000. The contract period is not to exceed 3 years. Services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required in support of various civil works and military projects that are generally within, but not limited to, the Southwest Division (SWD) boundarie s or as assigned. Most of the work will be located within Oklahoma, Kansas, and Texas. One or more IDIQ contracts will be negotiated and awarded with a term not to exceed three years. Work will be issued by negotiated firm fixed-price task orders not to exceed the contract amount. Selection of one or more contractors will consider the following factors in deciding which firm will be selected to negotiate a contract: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors (see selection criteria). The contract is anticipated to be awarded in 2003. The minimum award under this contract is $2 0,000. This announcement is open to all businesses regardless of size. 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 it intends to subcontr act. For your information, the subcontracting goals for the Tulsa District are 65% for small business (SB), 10% for small disadvantaged business (SDB), 10% for woman-owned small business (WOSB), 5% for veteran-owned small business (VOSB), 3% service-disab led veteran-owned small business (SDVOSB), and 3% HUBZone. The wages and 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, a s determined relative to the employee??????s office location (not the location of the work). 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 http://www.c cr.gov/ or by contacting the DOD Electronic Commerce Information Center at 800/334-3414. 2. PROJECT INFORMATION: Services will consist of, but not be limited to, assistance in preparation of structural and non-structural components of alternative plans for flood damage reduction; inland navigation studies; environmental restoration studies; a nd related environmental planning and engineering services, community planning activities for planning assistance to states, and support for military and civil construction projects. Planning report capability will include preparation of reconnaissance, f easibility, support for others, and planning assistance to state reports. Responding firms should have personnel capable of performing work in the following areas: 1) Planning and economic analyses of water resource projects based on Corps of Engineers re gulations and policies, all related state and federal agency policies and regulations within the states where studies or projects are located; 2) Flood warning and emergency evacuation plans; 3) Structural analysis of existing residential, public, and comm ercial buildings; 4) Field data collection; 5) Design of structural measures (i.e., levees, channel modifications, detention basins, pump stations, etc.) and non-structural measures (i.e., flood proofing, evacuation, and raising in place) for flood damage reduction; 6) Hydrologic and hydraulic analyses and design activitie s of flood damage reduction measures (experience with programs developed by the Hydrologic Engineering Center (HEC)); 7) Ecosystem restoration analysis including cost effectiveness ?????? incremental cost analysis, Habitat Evaluation Procedure (HEP), Insti tute for Water Resources (IWR) ??????Plan?????? program; 8) Preparation of social and economic profile studies; 9) Construction cost estimating using the Micro-Computer Aided Cost Estimating System (M-CACES); 10) Report writing; 11) Environmental impact an alysis (NEPA documentation); threatened and endangered species surveys; cultural resources analysis; and hazardous; toxic, radiological waste (HTRW) site clearance phase I analyses for civil and military projects; 12) Plan and design of environmental resto ration projects; 13) Inland navigation studies; 14) Life cycle cost analyses; 15) Graphic and cartographic support of report production; 16) Capable of operating in a GIS environment (using ARC-Info, ARC-View, & GeoMedia). Capable of operating in a CADD en vironment using Microstation; 17) Lake sedimentation analysis including formulation of alternative prevention/disposal methods; 18) Condition analysis of existing flood damage reduction structures including levees, floodwalls, and pump plants; 19) Recreati on benefit analyses using methodologies to include, but not limited to, Unit Day value procedures. Ability to estimate initial visitation, forecast future visitation and assign benefits; 20) Public Involvement/Awareness Workshops; 21) Environmental infrast ructure such as sewers and treatment facilities; 22) Bioengineering and biotechnical capabilities; 23) Planning and design of waterfront and port development; 24) Other A-E studies related to the above. 3. SELECTION CRITERIA: See Note 24 for general selection process. The primary selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A. throu gh E. are primary. Criteria F. through H. are secondary and will only be used as ??????tie-breakers?????? among technically equal firms. A. Past Performance on DoD and other contracts with respect to cost control, quality of work compliance with delivery schedules, history of working relationships with consultants, timely construction support and overall cooperativeness and responsiveness. B. Experience: 1. Specialized experience and technical competence in the expected activities identified in item 2 above, as evidenced by the resumes of the personnel assigned to this project, as well as that of the firm 2. Designing within cost limitations. 3. Design Quality management, especially coordination of disciplines and subcontractors. C. Knowledge of Loca lity: Geographical location & knowledge of the locale of the project. D. Professional Qualifications: Qualification of personnel in the following disciplines: economics; civil, structural, hydraulic/hydrologic, geotechnical, chemical, mechanical, elect rical, & environmental engineering; architecture; landscape architecture; community planning; ecology; environmental science; architectural historian; archeologist; biology; botany; social sciences; geology; and graphics/cartography. The architect, landsca pe architect, civil, structural, hydraulic/hydrologic, geotechnical, chemical, mechanical, electrical, and environmental engineering disciplines must include at least one registered professional. Particular focus will be on the qualifications of the pers onnel with relevant experience on similar projects. E. Sufficient capacity to work simultaneously on two designs for projects with a construction value of approximately $50,000,000. The following secondary criteria shall be used as tiebreakers. F. Volum e of DOD contract awards in the past 12 months as described in Note 24. G. SB and SDB participation. The extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority ins titutions (MI) will be measured as a percentage of the total anticipated contract effort regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the considera tion. H. Geographic proximity. Location of the firm should be identified in relation to the location of the Tulsa District. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities and qualifications to perform this work must submit one copy of the Standard Form (SF) 255 (11/92 edition) and one copy of the SF 254 (11 /92 edition) for the prime firm and all consultants to the above address no later than 4:30 p.m. on October 27, 2003. Regulation requires that the selection board not consider any submittals received after this time and date. Solicitation packages are no t provided. The SF 255 should specifically address the requirements of this announcement. The firm shall present a proposed organization chart and a narrative describing how the organization will function. Those functions to be subcontracted and to whic h location shall be clearly identified and at what office (specify the address of the office and key person that is assigned there in Block 7C). Include in your submittal the firm??????s ACASS number in SF 255, Block 3b. For ACASS information, call 503/8 08-4590. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. This is not a re quest for proposal. Cover letters and extraneous materials are not desired and will not be considered. Personal visits to discuss this contract will not be scheduled. As required by acquisition regulations, interviews for the purpose of discussing prosp ective contractor??????s qualifications for the contract will be conducted only after the submittal review by the selection board. Interviews will be conducted by telephone. Questions should be addressed to: Mr. Jack Schaefer at 918/669-7041, U.S. Army E ngineer District, Tulsa, 1645 S. 101st East Avenue, Tulsa, Oklahoma 74128-4609.
- Place of Performance
- Address: US Army Engineer District, Tulsa - Military ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Country: US
- Zip Code: 74128-4609
- Record
- SN00441229-W 20030926/030924213314 (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 |